SOLICITATION NOTICE
84 -- Cloth, Wool Elastique West Point Gray; PGC 27967
- Notice Date
- 3/23/2009
- Notice Type
- Presolicitation
- NAICS
- 313311
— Broadwoven Fabric Finishing Mills
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, Defense Supply Center Philadelphia - Clothing & Textiles, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096
- ZIP Code
- 19111-5096
- Solicitation Number
- 8405-01-497-9502
- Point of Contact
- Thomas C. Orlando,, Phone: 215-737-3255, Anthony Davella Jr,, Phone: 215-737-3193
- E-Mail Address
-
thomas.orlando@dla.mil, Anthony.Davella@dla.mil
- Small Business Set-Aside
- N/A
- Description
- Synopsis (Pre-solicitation notice) for Cloth, Wool Elastique West Point Gray Solicitation number: to be assigned Item: Cloth, Wool Elastique West Point Gray NSN: 8405-01-497-9502 End Item Specification: MIL-DTL-3738, pattern dated 14 April 2005. GFM does not apply. This will be an Unrestricted Solicitation. This procurement is not being set-aside for Hub Zone contractors. Subject solicitation will be awarded as a Definite Delivery-Type Contract with two option years. Production lead time is 330 days. First Article Testing will be included in this solicitation. If FAT is waived, the production lead-time is reduced by 120 days. Acceleration of delivery will not be permitted unless authorized in writing by the PCO. There is no requirement for a Product Demonstration Model (PDM). The Government does not intend to use FAR Part 12 for this solicitation. The following evaluation factors will be included within the solicitation: Past Performance/Experience (with Experience as the first evaluation subfactor, Quality of Items/Delivery Performance as the second evaluation subfactor and Compliance with Contractual Socioeconomic Subcontracting/Mentoring Goals as the third evaluation subfactor), with the first two subfactors being of equal importance and more important than the third evaluation subfactor. The second evaluation factor is Socioeconomic Support. These two evaluation factors and applicable subfactors will be identified within the formal solicitation. The delivery destination is VSTN Peckham Vocational Industries Inc. 4110 N Grand River Lansing, MI 48906. The total required quantity is 80,000 yards; the base year will be 40,000 yards and option years one and two will have 20,000 yards for each option. Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form. Solicitation will be posted on https://www.dibbs.bsm.dla.mil Detailed system requirements and instructions for registration can be found on the DLA DIBBS Home Page accessed on https://www.dibbs.bsm.dla.mil/. A few highlights of the information that will be found include: 1. On the DLA Internet Bulletin Board System (DIBBS) Home Page, click the VENDOR REGISTRATION link to begin the registration process. 2. In order to register for access to secure portions of DLA DIBBS, the company you are representing must already be registered in the Central Contractor Registration (CCR) system. 3. A Commercial and Government Entity (CAGE) Code registration will be processed immediately. A User ID will appear on the registration screen and a password will be sent separately to the email address of the Super User. If a CAGE is already registered on DLA DIBBS, the name and email address of the Super User will be provided. The Super User should be contacted to set-up additional accounts, logons and passwords for their CAGE. DIBBS Super User * If your CAGE has already been registered on DIBBS, the name and email address of the person designated as your super user will be provided. * The representative who starts the DIBBS registration process has the option to accept their CCR registration POC as the DIBBS super user, or they can designate themselves or another person to act as the super user for the CAGE. * The super user acts as the account administrator for a CAGE. They can add up to ninety-eight (98) additional users, provide user IDs and passwords, modify existing users, and control the login status of each user for their CAGEs through My Account (Account Maintenance). The Defense appropriations and authorization acts and other statutes (including what is commonly referred to as “The Berry Amendment”) impose restrictions on the DoD’s acquisition of foreign products and services. Generally, Clothing and Textile items (as defined in DFARS clause 252.225-7012) and “specialty metals” (as defined in DFARS clause 252.225-7014), including the materials and components thereof (other than sensors, electronics, or other items added to, and not normally associated with clothing), must be grown, reprocessed, reused, melted or produced in the United States, its possessions or Puerto Rico, unless one of the DFARS 225.7002-2 exceptions applies. DSCP has developed a web-based system that allows manufacturers the ability to request specifications, patterns and drawings on our contracting page. To request technical data for DSCP Clothing and Textiles (DSCP C&T) solicitations, use the following link to the DSCP C&T Technical Data Repository area at: http://www.dscp.dla.mil/clothingandtextiles/ It is estimated that the formal solicitation will be released and available on DIBBS and/or FedBizOpps by the end of April 2009. The formal solicitation will be open for (30) thirty days from the opening day of the solicitation. Please note: the Berry Amendment will apply. All material and labor must be 100% domestic (United States and its possessions). Any material or labor outside of the United States and its possessions will not be eligible for this solicitation.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2a99cfb4e2bb8a56605c4c59161e7524&tab=core&_cview=1)
- Record
- SN01774955-W 20090325/090323214718-2a99cfb4e2bb8a56605c4c59161e7524 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |