Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2011 FBO #3491
SOLICITATION NOTICE

84 -- ANTI-GRAVITY SUITS, CSU-13B/P & CSU-15A/P

Notice Date
6/14/2011
 
Notice Type
Presolicitation
 
NAICS
315999 — Other Apparel Accessories and Other Apparel 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-0114
 
Archive Date
8/13/2011
 
Point of Contact
Lisa A. Pizzo, Phone: 215-737-8076, Daniel J Price, Phone: 215-737-8101
 
E-Mail Address
Lisa.Pizzo@dla.mil, daniel.price@dla.mil
(Lisa.Pizzo@dla.mil, daniel.price@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
This acquisition is for a three (3) year Indefinite Delivery-Indefinite Quantity contract, including one (1) Base Year, and two (2) one-year Options for the Anti-Gravity Suit, CSU-13B/P and CSU-15A/P. The CSU-13B/P Suit is to be manufactured in accordance with MIL-DTL-83406D dated April 15, 2010. The CSU-15A/P Suit is to be manufactured in accordance with MIL-DTL-81905F dated April 7, 2010. All material shall be contractor furnished. The Government intends to make two (2) awards under one solicitation for different quantities of the same item. The intent is to have different contractors for each of the separate contracts that will be awarded under one solicitation. In order to ensure that multiple sources are available and to ensure the continuous availability of reliable sources of supply, the Government reserves the right to exclude, under the authority of FAR 6.202(a), an awardee under one solicitation from being eligible for award under this solicitation. This acquisition will be issued on an unrestricted basis and will be split 55% / 45% of the total requirement which will contain One Base Year and Two, One-Year Options. For the Base Year and each Option Year, the quantities for the 55% portion of the solicitation are: minimum quantity of 1,155 ea; maximum quantity of 5,775 ea and an Annual Estimated Quantity (AEQ), the Government's best faith estimate on the quantity to be ordered is 4,620 ea. For the Base Year and each Option Year, the quantities for the 45% portion of the solicitation are: minimum quantity of 945 ea; maximum quantity of 4,725 ea; and an Annual Estimated Quantity (AEQ), the Government's best fait estimate on the quantity to be ordered is 3,780 ea. Deliveries are FOB Destination and the destinations are New Cumberland, PA and Tracy CA. Production Lead Time is 240 days after date of award to include 120 days for First Article Testing, 30 days for Government review and 90 days for delivery of first production lot. Production Lot Testing is also required. In addition, Qualified Laboratories, Source Sampling, Shade Evaluation, and Certificates of Conformance are required. The proposed acquisition will be awarded utilizing 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/Experience and (2) Socioeconomic 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. DLA 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 DLA Troop Support Clothing and Textiles solicitations, use the following link to the DLA Troop Support C&T Technical Data Repository area at http://www.dscp.dla.mil/Portal/sreqfrm.aspx
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-C/SPM1C1-11-R-0114 /listing.html)
 
Record
SN02472039-W 20110616/110614234717-685fb635f6f454386fa26ec2305948ef (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.