Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 14, 2009 FBO #2912
MODIFICATION

84 -- Coast Guard, Women's, Combination Cap Kits and Coast Guard, Men's, Combination Cap Kits

Notice Date
11/12/2009
 
Notice Type
Modification/Amendment
 
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-0184
 
Archive Date
12/22/2009
 
Point of Contact
Jennifer Truesdale, Phone: 215-737-3815
 
E-Mail Address
Jennifer.Truesdale@dla.mil
(Jennifer.Truesdale@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The original synopsis has been modified in its entirety as follows: Solicitation No: SPM1C1-09-R-0184 Coast Guard Women's Combination Cap Kit: Item 0001: Cover, Hat, Cloth, Woman's (CG) NSN: 8410-01-522-5242(s) Item 0002: Kit, Hat, Combo, Woman's, Enlisted (CG) NSN: 8410-01-522-9653 Item 0003: Kit, hat, Commander, Captain, Woman's (CG) NSN: 8410-01-522-9708 Item 0004: Kit, Hat, LCDR, LT, LTJG, Woman's (CG) NSN: 8410-01-522-9563 End Item Specification: MIL-H-24900A(CG) dated 06 November 1989 Pattern Dated: 19 November 1993 Coast Guard Men's Combination Cap Kit: Item 0005: Kit, Hat, Enlisted, Combination, Man's (CG) NSN: 8405-01-520-9771 Item 0006: Replacement Combination Hat Cover, Man's (CG) NSN: 8405-01-520-5820 Item 0007: Kit, Hat, Commander/Captain, Combination, Man's (CG) NSN: 8405-01-520-9757 End Item Specification: MIL-C-24937A dated 02 June 1993 Pattern Date: 14 December 2004 Request for Proposal (RFP) SPM1C1-09-R-0184 is being issued as 100% Small Business Set aside for the manufacture and delivery of the following items: Item 0001: Cover, Hat, Cloth, Woman's (CG) NSN: 8410-01-522-5242(s); Minimum Quantity Per Term: 188 ea Maximum Quantity Per Life of Contract: 1755 ea Annual Estimated Quantity: 468 ea Item 0002: Kit, Hat, Combo, Woman's, Enlisted (CG) NSN: 8410-01-522-9653 Minimum Quantity Per Term: 418 ea Maximum Quantity Per Life of Contract: 3915 ea Annual Estimated Quantity: 1044 ea Item 0003: Kit, hat, Commander, Captain, Woman's (CG) NSN: 8410-01-522-9708 Minimum Quantity Per Term: 15 ea Maximum Quantity Per Life of Contract: 135 ea Annual Estimated Quantity: 36 ea Item 0004: Kit, Hat, LCDR, LT, LTJG, Woman's (CG) NSN: 8410-01-522-5963 Minimum Quantity Per Term: 120 ea Maximum Quantity Per Life of Contract: 1125 ea Annual Estimated Quantity: 300 ea Item 0005: Kit, Hat, Enlisted, Combination, Man's (CG) NSN: 8405-01-520-9771 Minimum Quantity Per Term: 2755 ea Maximum Quantity Per Life of Contract: 25830 ea Annual Estimated Quantity: 6888 ea Item 0006: Replacement, Combination Hat Cover, Man's (CG) NSN: 8405-01-520-5820 Minimum Quantity Per Term: 720 ea Maximum Quantity Per Life of Contract: 6750 ea Annual Estimated Quantity: 1800 ea Item 0007: Kit,Hat,Commander/Captain,Combination,Man's(CG) NSN: 8405-01-520-9757 Minimum Quantity Per Term: 91 ea Maximum Quantity Per Life of Contract: 855 ea Annual Estimated Quantity: 228 ea This small business set aside acquisition will be an indefinite delivery type contract including a base term and 2 option terms for all seven items. The two (2) Mandatory Option Provisions will have the same minimum quantity limitations as the base term. The Maximum quantities are effective for the life of the contract (Base and two options). The specification for the Coast Guard Women's Combination Cap Kit items is MIL-H-24900A(CG) dated 06 November 1989 with a pattern date of 19 November 1993. The specification for the Coast Guard Men's Combination Cap Kit items is MIL-C-24937A dated 02 June 1993 with a pattern date of 14 December 2004. Government Furnished Material (GFM) will not be provided on these items. All materials are to be contractor furnished. The resultant award will have a twelve (12) month base term and two twelve (12) month option terms. Deliveries will be required starting 150 days after the date of award. The delivery destination for these items is Peckham Vocational Industries in Lansing, MI. For award evaluation purposes technical merit is more important than price. Offerors are required to submit Product Demonstration Models (PDM) for each item and a history of their experience/ past performance record. The Product Demonstration Model will be the most important evaluation factor and will be evaluated for conformance to the MIL Spec, followed by Past Performance, then Price. Product Demonstration Models must be submitted with offers. The anticipated solicitation will post 15 days from the date of synopsis. The Government intends to award a single contract for the Women's and Men's, Coast Guard, Combination Cap Kits under this solictation. However, after evaluation of offers, the Government reserves the right to make two (2) separate awards, in the best interest of the Governemnt, based on evaluation of the Product Demonstration Model (PDM), Past Perfromance and Price. If two seperate awards are made one award will be for the Coast Guard Women's, Combination Cap Kit (Items 0001 through 0004) and one award will be made for the Coast Guard, Men's, Combination Cap Kit (Items 0005 through 0007). Offerors may submit pricing for just the Coast Guard, Women's, Combination Cap Kit (Items 0001 through 0004); or just the Coast Guard, Men's, Combination Cap Kit (Items 0005 through 0007); or Both the Coast Guard, Women's & Men's, Combination Cap Kit (Items 0001 through 0007). Failure to offer on all items for either the Coast Guard Women's Combination Cap Kit (Items 0001 though 0004) or the Coast Guard, Men's Combination Cap Kit (Items 0005 through 0007) may result in rejection of your proposal. Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form. The Solicitation will be posted on Dibbs or Fedbizopps. Please check both. 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. ALL MANUFACTURING MUST BE DONE IN THE UNITED STATES FROM 100% U.S. DOMESTIC PRODUCTS. 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 The point of contact for subject acquisition is: Jennifer Truesdale; Contracting Specialist; Phone (215) 737-3815; Fax (215) 737-5223 Email: Jennifer.Truesdale@dla.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-C/SPM1C1-09-R-0184/listing.html)
 
Record
SN02003172-W 20091114/091113000119-ee7ac7d66aac6c2a31eeb55455a313b8 (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.