Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2009 FBO #2811
MODIFICATION

84 -- GLOVES, ELECTRICAL WORKER'S

Notice Date
8/3/2009
 
Notice Type
Modification/Amendment
 
NAICS
315999 — Other Apparel Accessories and Other Apparel Manufacturing
 
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
SPM1C1-09-R-0188
 
Archive Date
8/11/2009
 
Point of Contact
Clifford J Lawson, Phone: 215-737-8427, Marianne Campbell, Phone: 215-737-3089
 
E-Mail Address
clifford.lawson@dla.mil, marianne.campbell@dla.mil
(clifford.lawson@dla.mil, marianne.campbell@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
This requirement is for the following items. (1) Gloves, Electrical Worker's, 1,000 Volt Type I, Class 0 (Length 11 inches, black color, gauntlet cuff) NSN 8415-01-158-9453(s) Spec: ASTM-D-120 (2) Gloves, Electrical Worker's, 7,500 Volt Type I, Class 1 (Length 14 inches, black color, gauntlet cuff) NSN 8415-01-158-9449(s) Specification: ASTM-D-120 (3) Gloves, Electrical Worker's, 17,000 Volt Type I, Class 2 (Length 14 inches, black color, gauntlet cuff) NSN 8415-01-158-9446(s) Specification: ASTM-D-120 An RFP (Request for Proposals) will be issued as UNRESTRICTED for an IDTC (Indefinite Delivery Type Contract) with one (1) base term and three (3) option terms. The duration of each term will be one year. Total order quantities will be as follows. • BASE TERM: 6,328 pair/year minimum up to 12,961 pair/year maximum with an AEQ (Annual Estimated Quantity) of 10,369 pair/year • OPTION TERMS: 1,350 pair/year minimum up to 6,750 pair/year maximum with an AEQ of 5,400 pair/year Evaluation of proposals will be based on Best Value Source Selection procedures. The evaluation factors listed in descending order of importance will be: 1) Product Demonstration Model, 2) Past Performance, and 3) Socioeconomic. Deliveries will start 180 days after the date of award to the New Cumberland, PA and Tracy, CA depots. FOB Destination. Inspection and acceptance at origin. Please note that ALL materials used in the fabrication of this item shall be furnished by the successful offeror. All contractors MUST be registered in CCR in order to be eligible for award. All responsible sources may submit offers, which DSCP shall consider. 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. New DOD requirements for wood packaging material (WPM) have been developed in response to international implementation of the United Nations Food and Agriculture Organization protocol on International Standards for Phytosanitary Measures (ISPM) 15. ISPM 15 is designed to block movement of pests that can destroy forests from one nation to another. DOD shipments inside and outside of the United States must meet ISPM 15 whenever WPM is used to ship DOD cargo. (For more information, see the American Lumber Standard Committee, Incorporated Web page at http://www.alsc.org.) The new WPM requirements will be reflected in DLA solicitations and awards issued on or after August 1, 2006. WPM is defined in the clause at DLAD 52.247-9012, Requirements for Treatment of Wood Packaging Material. (Note that DOD does not endorse the Methyl Bromide Fumigation Program. Only heat treatment or kiln dried heat treatment of WPM are authorized.) After August 1, 2006, contractors can be held accountable for taking corrective action on noncompliant shipments. 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/Portal/sreqfrm.aspx
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-C/SPM1C1-09-R-0188/listing.html)
 
Record
SN01897199-W 20090805/090803235758-9e3a4f48690245403817fe0896c705a3 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.