Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2012 FBO #3730
SOLICITATION NOTICE

83 -- Coast Guard Coats Men's & Women's Poly/Wool Serge Blue Shade 3362

Notice Date
2/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315212 — Women's, Girls', and Infants' Cut and Sew Apparel Contractors
 
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-0062
 
Point of Contact
Candis Ralph, Phone: 215.737.0780
 
E-Mail Address
Candis.Ralph@dla.mil
(Candis.Ralph@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
This information is for solicitation SPM1C1-12-R-0062. The item is COAT, MEN'S & WOMEN'S, POLYESTER/WOOL SERGE, CG BLUE SHADE 3362. The applicable NSN for this procurement is NSN 8405-01-600-1738 (s) Men's (PGC 03841) and NSN 8410-01-600-2158 (s) Women's (PGC 03840) The military specification is: MEN's PGC03841 CONTAINS REQUIREMENTS FOR THE FOLLOWING STYLES OF COAT, DRESS, IN ACCORDANCE TO CG/PD 11-01 STANDARD AND CG/PD 11-02 ATHLETIC dated 14 OCTOBER 2011 COAT, MEN'S, POLYESTER/WOOL SERGE, CG BLUE SHADE 3362, CONFORMING TO TYPE III, CLASS 3 OF MIL-DTL-823L DATED 13 APRIL 2005. PATTERN DATE: 4 January 2012. ADDITIONAL INFORMATION FOR CG/PD 11-01 AND CG/PD 11-02 WOMEN's PGC03840. CG/PD 11-03 dated 14 OCTOBER 2011 COAT, WOMEN'S, POLYESTER/WOOL SERGE, CG BLUE SHADE 3362, CONFORMING TO TYPE III, CLASS 3 OF MIL-DTL-823L DATED 13 APRIL 2005 PATTERN DATE: 4 JANUARY 2012 ADDITIONAL INFORMATION FOR CG/PD 11-03 The purchase quantity includes a minimum ordering quantity of: Minimum (MIN) Men's: 1,188 Min Women's 270 Annual Estimated Quantity (AEQ) Men's: 4, 980 Women's 1080 Annual Ordering Limitation Quantity (AOLQ/Max) Men's: 5,940 Max Women's:1,350 This procurement will be for a Base year and 4 one year term options. The first delivery order is due 120 days after the date of award. The are two destination for this item is VSTN Peckham Lansing MI and Uniform Distribution Center Woodbine NJ 08270 The solicitation will be issued as a total Small Business Set-Aside that will result in a firm fixed price contract, Indefinite Delivery - Indefinite Quantity Type Contract. This is a Best Value acquisition with Source Selection Procedures. The following factors will be utilized in descending order of importance: Production Demonstration Model (PDM), and Experience/Past Performance. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. As other evaluation factors become more equal, the evaluated cost or price becomes more important. The Government anticipates that the number of most highly-rated proposals that might otherwise be included in the competitive range will exceed the number at which an efficient competition can be conducted. The Contracting Officer may conduct the technical evaluation using a two-phase process pursuant to provision 52.215-9PC1, as contained in the Addendum to provision 52.212-2, Additional Source Selection Evaluation Procedures (applicable to Commercial Item Acquisitions only) or Section M (applicable to other than Commercial Item Acquisitions only). During the first phase of this evaluation process, all offerors' Product Demonstration Models (PDMs) and proposed prices will be evaluated. Those offerors who have submitted PDMs that are most highly rated and who have submitted price proposals that are realistic and competitive with other offerors who have submitted most highly rated PDMs will then be evaluated in the second phase of this evaluation process for the remaining technical evaluation factors All materials used in the fabrication of the end item are to be furnished by the contractor with the exception of the basic fabric (NSN: 8305-01-113-3451 CLOTH POLYESTER/WOOL SERGE, CG BLUE SHADE 3362) which will be provided as Government Furnish Material (GFM). The storage facility for the cloth is in a depot in Peckham MI. 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. DLA-Troop Support 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 DLA-Troop Support 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. Please contact Candis Ralph for inquires on this solicitation at candis.ralph@dla.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-C/SPM1C1-12-R-0062/listing.html)
 
Record
SN02670187-W 20120210/120208234637-6f2029c5476e2127ff7450e6f35b9325 (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.