Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
MODIFICATION

84 -- Univewrsal All Weather Coats Core Group

Notice Date
9/16/2009
 
Notice Type
Modification/Amendment
 
NAICS
315211 — Men's and Boys' Cut and Sew Apparel Contractors
 
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
SPM1C1-08-R-0153
 
Archive Date
11/5/2009
 
Point of Contact
Libby F. Harris, Phone: 215-737-3057, Tanya Lockley, Phone: 215-737-0853
 
E-Mail Address
Libby.Harris@dla.mil, tanya.lockley@dla.mil
(Libby.Harris@dla.mil, tanya.lockley@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Remember to enter information relating to Options in your synopsis! ( FEDBIZOPPS) 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 https://ctportal.dscp.dla.mil/pls/portal/CUSTOM_DSCP_APP.CTSREQ_DYN_PATTERN.show This is an Indefinite Quantity (IQC) Solicitation under Commercial Procedures. This procurement is for the award of five (5) fully competitive All Weather Coats (172 NSNs). An additional three (3) fully competitive All Weather Coats (127 NSNs) may be added on a post-award basis via Add/Delete Clause. The Solicitation Core Items are: (I) All-Weather Coat, Marine Corp, Man’s (PGC 02850) in accordance with specification PD-03-08 dated 28 Jan 2003 and pattern dated 04 Dec 2003; (II) All-Weather Coat, Marine Corp, Women’s (PGC 02851) and (III) All-Weather Coat, Army, Women’s (PGC 02110) in accordance with specification PD-03-09 dated 28 Jan 2003, pattern dated 22 Nov 2002; (IV) All-Weather Coat, Navy, Man’s (PGC 01940) in accordance with specification A-A-50367A dated 16 Dec 1991 and pattern dated 31 Jan 2003; and (V) All-Weather Coat, Navy, Women’s (PGC 01908) in accordance with specification A-A-50368A dated 16 Dec 1991 and pattern dated 29 Nov 2002. Addition and Deletion of Items will be noted in the solicitation. Potential add items can be found as an attachment to this announcement. The procurement is for Indefinite Quantity Contract(s); annual estimated quantities are provided. This procurement also contains a guaranteed minimum expressed as 25% of the annual estimated dollar value, based on actual awarded prices, for each term of the contract. This procurement is for a one-year base period, and four possible one-year option terms for a total possible contract length of 5 years. Each contract will contain a maximum contract dollar value that shall not be exceeded, as follows: PGC: 02850, AWC, MC Man’s: $31,900,000.00 PGC: 02851, AWC, MC Wm’s: $1,755,000.00 PGC: 02110, AWC, Army Wm’s: $12,390,000.00 PGC: 01940, AWC, Navy Man’s: $17,306,000.00 PGC: 01908, AWC, Navy Wm’s: $3,856,000.00 *Note: In the case of award of multiple PGCs on a single contract, the maximum contract limitation shall be equal to the sum of the Maximum Contract Limitations for each PGC contained in the award. The combined value of all contracts awarded under this acquisition, including all possible postaward add items, shall not exceed $95,224,000.00. This acquisition is 100% unrestricted. This solicitation requests offers on an F.O.B. Destination basis for depot stock. Inspection requirements will be at source. Awardees will be selected based on a Best Value Source Selection evaluation. 1) Product Demonstration Model; 2) Past Performance/Experience – a) Experience; b)Quality of Items; c. Delivery Performance; d) Compliance with Contractual Socioeconomic Subcontracting Goals; 3) Socioeconomic Considerations. Delivery is as follows: 165 days after date of first order, and 135 days after date of order during production. See numbered notes #26. This acquisition will also incorporate requirements for special measurement items DVD delivery 30 days. Applicable specifications/standards/drawings are referenced within the solicitation. Applicable drawings can be obtained on CD Rom upon request from the Contracting Officer. Specifications, standards and other standardization documents are available from http://warfighter.dla.mil/contracting/index.jsp ) All responsible sources may submit a proposal which shall be considered by the agency. For additional information, please contact (Libby.Harris@dla.mil ) NOTE: Copies of this solicitation can be found as attachments to this announcement, as well as from http://www.dibbs.bsm.dla.mil/RFP/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-C/SPM1C1-08-R-0153/listing.html)
 
Record
SN01957678-W 20090918/090917001222-7bbf96b935190970d1953880fe5b8efa (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.