Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2010 FBO #3151
SOLICITATION NOTICE

84 -- Cap, Service, Woman's, Vinyl, White, Marine Corp, NSN: 8410-01-101-3570 (s)

Notice Date
7/9/2010
 
Notice Type
Presolicitation
 
NAICS
315991 — Hat, Cap, and Millinery 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-R-0142
 
Point of Contact
Jennifer Truesdale, Phone: 215-737-3815
 
E-Mail Address
Jennifer.Truesdale@dla.mil
(Jennifer.Truesdale@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Pre-solicitation Notice/ Synopsis for Solicitation No: SPM1C1-10-R-0142 Item: Cap, Service, Woman's, Vinyl, White, Marine Corps NSN: 8410-01-101-3570 (s) End Item Specification: MIL-C-29386A dated 08 June 1987 Pattern Dated: 24 January 2006 GFM will not be provided by the Government. Request for Proposal (RFP) SPM1C1-10-R-0142 is being issued on an unrestricted basis with a 10% price evaluation preference for Hubzone concerns for the manufacture and delivery of a minimum quantity of 2,371 each per term and a maximum quantity of 22,230 each for the life of the award for the Cap, Service, Woman's, Vinyl, White, NSN: 8410-01-101-3570 (s). There will be two (2) Mandatory Option Provisions with the same minimum/maximum quantity limitations. The Cap, Service, Woman's, Vinyl, White Specification is MIL-C-29386A dated 08 June 1987. The pattern for this item is dated 24 January 2006. Government Furnished Material (GFM) will not be provided by the Government. The resultant award will have a twelve month base term and two, twelve month option terms. Under the initial delivery order there will be three (3) monthly deliveries that will be required starting 120 days after the date of award. Delivery destinations for this item are Travis Association for the Blind in Austin Texas and the Receiving Section in Parris Island South Carolina. Source Selection criteria will be used for award evaluation purposes. For award evaluation purposes technical merit is more important than price. Evaluation factors for award are the following: 1. Product Demonstration Model (PDM) and 2. Experience/Past Performance. Offerors are required to submit one (1) Product Demonstration Model (PDM) size 22 ½ 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 Experience/Past Performance, then Price. Product Demonstration Models must be submitted with offers. The Contracting Officer may utilize on-line reverse auctioning as a means of conducting price discussions under this solicitation. During the course of the on-line auction, offerors' proposed prices will be publically disclosed to other offerors and anyone else having access to the on-line auction. This public disclosure is anonymous, meaning that each offeror's identity will be concealed from other offerors (although it will be known to the Government), and only generic identifiers will be used publically for each offeror's proposed pricing (e.g., "Offeror A"). By submitting a proposal in response to the solicitation, offerors agree to participate in the reverse auction and that their prices may be publically disclosed, including to other offerors, during the reverse auction. An offeror's final auction price will be considered its final proposal revision. No price revisions will be accepted after the close of the reverse auction, unless the Contracting Officer decides that further discussions are needed and final proposal revisions are again requested in accordance with FAR 15.307. 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. Refer to the following when viewing solicitation on Dibbs: The 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; Acquisition Specialist; Phone (215) 737-3815; Email: Jennifer.Truesdale@dla.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-C/SPM1C1-10-R-0142/listing.html)
 
Record
SN02201223-W 20100711/100709235300-fab89ccfb9898ff2e5521f00fec84348 (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.