Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2011 FBO #3487
MODIFICATION

84 -- Advanced Combat Helmet, Foliage Green, 1 Hole

Notice Date
6/10/2011
 
Notice Type
Modification/Amendment
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Clothing & Textiles, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
 
ZIP Code
19111-5096
 
Solicitation Number
SPM1C1-11-R-0118
 
Archive Date
8/1/2012
 
Point of Contact
Mara Cremen, Phone: 215-737-8094, Daniel J Price, Phone: 215-737-8101
 
E-Mail Address
Mara.Cremen@dla.mil, daniel.price@dla.mil
(Mara.Cremen@dla.mil, daniel.price@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
This acquisition is for an Indefinite Delivery - Indefinite Quantity contract, consisting of a twenty-four (24) month Base Year for the "Advanced Combat Helmet" (NSNs: 8470-01-529-6302(s)). The Advanced Combat Helmet (ACH) is to be manufactured and delivered under purchase description AR/PD 10-02, 14 December 2010 and DOTE Requirements. All material shall be contractor furnished. Deliveries are FOB Destination and the destinations are New Cumberland, PA and Tracy, CA. First Article Testing (FAT) is required as well as production lot testing. Production Lead Time is 120 days after date of award. This acquisition will be issued on an unrestricted basis. This acquisition will contain three separate and distinct portions that will result in three separate awards. For the purposes of efficiency, these portions are being combined in one solicitation rather than issuing separate solicitations for each portion. The quantities for Portion #1 are as follows: minimum 75,000, annual estimated quantity 300,000, and maximum quantity 375,000. The quantities for Portion #2 are as follows: minimum 70,000, annual estimated quantity 280,000, and maximum quantity 350,000. The quantities for Portion #3 are as follows: minimum 55,000, annual estimated quantity 220,000, and maximum quantity 275,000. A single contract will be awarded for each portion based on the evaluation criteria stated in the solicitation. However, no offeror will receive an award for more than one portion. The award for Portion #1 will be made before the award for Portion #2 and award for Portion #2 will be made before the award for Portion #3. To ensure that multiple sources are available, and to ensure the continuous availability of reliable sources of supply, the offeror who is selected as the best value for Portion #1 will be eliminated from competition on Portion #2 and Portion #3, and the offeror who is selected as the best value for Portion #2 will be eliminated from competition on Portion #3 based on the authority in FAR 6.202(a)(4). Orders will be issued under each separate contract in accordance with the terms and conditions of the contract and without notice to, or consideration of, any other contractor, or consideration of the terms and conditions of any other contract. Please note that the above scenario details the Government's intent however, we reserve the right to make awards out of sequence if deemed necessary. Businesses are invited to offer on any or all portions in which they meet the requirements. The proposed acquisition will be awarded using Best Value Source Selection Procedures. Technical factors are considered more important than price and are listed in descending order of importance as follows: (1) Past Performance, (2) Socioeconomic Program Support / Considerations 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. Specifications / Drawings can be obtained from the following website: http://www.dscp.dla.mil/PORTAL/sreqfrm.aspx Anticipated Solicitation Release Date is August 31, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-C/SPM1C1-11-R-0118/listing.html)
 
Record
SN02470329-W 20110612/110610235752-f23aae21d4640cde5780d4ed6876e5ed (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.