Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2011 FBO #3605
SOLICITATION NOTICE

83 -- CLOTH, POLY/WOOL, GABARDINE, TYPE II, CLASS 12, MARINE CORPS, SKY BLUE, SHADE 2319, 59 INCH MINIMUM WIDTH, UNSPONGED, MOOTHPROOFED

Notice Date
10/6/2011
 
Notice Type
Presolicitation
 
NAICS
313210 — Broadwoven Fabric Mills
 
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
SPM1C1-12-R-0002
 
Point of Contact
Nathalie C. Nguyen, Phone: 215-737-3642
 
E-Mail Address
Nathalie.Nguyen@dla.mil
(Nathalie.Nguyen@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
This information is for solicitation SPM1C1-12-R-0002. The item is Cloth, Poly/Wool Gabardine, Type II, Class 12, 59 Inch Minimum Width, Marine Corps, Sky Blue, Shade 2319, Unsponged, Mothproofed. The applicable NSN for this procurement is 8305-01-248-0977. The military specification is MIL-DTL-10176K, Dated 20 MAY 2005. The purchase quantity for the base year and four option periods is a minimum is 102,000 yards and a maximum 255,000 yards. The first delivery order is due 360 days after the date of award. The destination for this item is VSTN, Peckham. If the first article is waived then the then the delivery period is 210 days after the date of the award. The solicitation will issued as an unrestricted purchase that will result in a firm fixed price contract. This is a Best Value acquisition with Source Selection Procedures. The following factors will be utilized in descending order of importance: Experience/Past Performance, and Socioeconomic Considerations. All materials used in the fabrication of the end item are to be furnished by the contractor. The Government does not intend to use FAR part 12 for this acquisition. Reference Numbered Notes 1, 9, and 26. 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. 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 DLA Troop Support Clothing and Textiles (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 Important Note on Foreign content The Defense appropriations and authorization acts and other statues (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 252.25.7014), 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. CAUTION NOTICE: CLAUSE 52.215-9023 REVERSE AUCTION (OCT 2009) DLAD is being included in the solicitation to permit the Contracting Officer to utilize this on-line reverse auctioning technique as a means of conducting price discussions if deemed advantageous to the government. Pricing should be submitted as in any other proposal; if determined advantageous, offerors will be notified of our intent to use Reverse Auctioning thereafter. Offerors will be trained via a simulated auction to familiarize themselves with the system, prior to the auction taking place.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-C/SPM1C1-12-R-0002/listing.html)
 
Record
SN02603501-W 20111008/111006234305-34dfff920ff7421f62a18f0d0f3496f8 (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.