Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2010 FBO #3060
MODIFICATION

84 -- Coat, Cold Weather, Field, Class II, PGC 01730

Notice Date
4/9/2010
 
Notice Type
Modification/Amendment
 
NAICS
#315222 — Men's and Boys' Cut and Sew Suit, Coat, and Overcoat 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
SPM1C1-10-Q-0008
 
Archive Date
11/4/2010
 
Point of Contact
Dionne Lewis, Phone: 215.737.5506, Leighann M Mazoki, Phone: 215-737-3070
 
E-Mail Address
Dionne.Lewis@dla.mil, leighann.mazoki@dla.mil
(Dionne.Lewis@dla.mil, leighann.mazoki@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
THE SOLICITATION NUMBER IS NOW SPM1C1-10-Q-0261. SOLICITATION HAS BEEN ISSUED ON MARCH 30,2010 AND REPOSTED ON APRIL 9, 2010 WITH ADDITIONAL REMARKS INCORPORATED AND EXTENDING RESPONSE DATE TO MAY 12, 2010. IT CAN BE VIEWED AT HTTPS://WWW.DIBBS.BSM.DLA.MIL/ THE INFORMATION BELOW SUPERCEDES WHAT WAS POSTED ON MAY 21, 2009, AUGUST 6, 2009, NOVEMBER 4, 2009 AND NOVEMBER 10, 2009 Item: Coat, Cold Weather, Field, Class II, PGC 01730 NSN’s: 8415-01-475-9516(s) Shall be made in accordance with Specification: MIL-DTL-43455J dated 21 AUG 1991, Pattern date: 23 MAR 2009 Description: This will be an unrestricted acquisition resulting in a definite delivery type contract for a quantity of 420 each using negotiated method of procurement. The Delivery lead-time shall be 90 days after date of award if First Article is waived. Delivry lead-time shall be 120 days if First Article is not waived. Best Value/source selection procedures will be utilized. Offerors are to submit their technical proposals with documentation for the following technical factor: Product Demonstration Model (PDM) All responsible sources may submit a response which if timely received must be considered by the agency. The evaluation factors for award shall be Lowest Price Technically Acceptable. If a specification is needed, a request should be placed via the electronic spec/pattern ordering system http://assist.daps.dla.mil/online/start/ DSCP has developed a web-based system that allows manufacturers the ability to request specification, patterns and drawings on our contracting page: https://www.dscp.dla.mil/Portal/sreqfrm.aspx. Do not contract the Acquisition Specialist to request specifications or patterns. Availability of solicitations, FAR 5.102(d) applies, as this office no longer issues solicitations or amendments in paper form. Solicitation will be posted at the following web-site: https://www.dibbs.bsm.dla.mil/ on or about January 15, 2010. 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). Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government’s requirement with a commercial item within 15 days of this notice CAUTION NOTICE In the past, most Best Value Clothing and Textile solicitations utilized Best Value Trade Off Procedures, however, This acquisition is utilizing the Low Price Technically Acceptable (LPTA) Best Value Method. As such, no "trade off" applies and the Government intends to award to the low priced firm who is compliant with terms of the solicitation, and deemed "technically acceptable." There will be no re-submittals for PDM and only firms with satisfactory or better PDMs will be eligible for award. Technical Acceptability is being defined herein as satisfactory, very good or exceptional PDMs. All PDMs will be evaluated in accordance with the criteria outlined in the solicitation. From among technically acceptable firms, the Government will then select the lowest price offeror and determine if that firm is responsible, complies with terms and conditions of the solicitation and an award to them is in the best interest of the Government. If that firm fits these criteria, award will be made to them. If not, the Government will review each subsequent technically acceptable low priced offer until one is identified that does meet the criteria, in which case award will be made to that firm. The Government reserves the right to conduct negotiations with a competitive range group of offerors from among technically acceptable firms, based on price. If negotiations are conducted, award will be made to low priced offer (based on final proposal revision closing, date/time) that is technically acceptable, responsible and compliant with solicitation terms and conditions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-C/SPM1C1-10-Q-0008/listing.html)
 
Record
SN02117761-W 20100411/100409234756-922c45dc86e90bf3ffcaa9dd018c62ba (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.