Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
SOLICITATION NOTICE

84 -- Navy Working Uniform (NWU) Types I/II/III

Notice Date
5/4/2012
 
Notice Type
Presolicitation
 
NAICS
315211 — Men's and Boys' 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-0076
 
Point of Contact
Sarah R. Swanljung, Phone: 215-737-5621
 
E-Mail Address
Sarah.Swanljung@dla.mil
(Sarah.Swanljung@dla.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
ITEMS AND LEAD NSNs: 1.Blouse, Working, Type I, NWU (Blue Digital) 8405-01-540-2346(s) 2.Trousers, Working, Type I, NWU (Blue Digital) 8405-01-540-1280(s) 3.Blouse, Maternity, Type I, NWU (Blue Digital) 8410-01-540-2996(s) 4.Trousers, Maternity, Type I, NWU (Blue Digital) 8410-01-540-3075(s) 5.Blouse, Desert, Type II, NWU 8405-01-573-9279(s) 6.Trousers, Desert, Type II, NWU 8405-01-573-7890(s) 7.Blouse, Woodland, Type III, NWU 8405-01-574-0238(s) 8.Trousers, Woodland, Type III, NWU 8405-01-574-6039(s) 9.Blouse, Woodland, Maternity, Type III, NWU 8405-01-589-7607(s) 10.Trousers, Woodland, Maternity, Type III, NWU 8405-01-589-6626(s) SPECIFICATIONS AND PATTERN DATES FOR BLOUSE AND TROUSERS TYPE I (BLUE DIGITAL): NCTRF PD 11-06C dated 20 June 2007; Pattern date 29 January 2010. SPECIFICATIONS AND PATTERN DATES FOR MATERNITY BLOUSE AND MATERNITY TROUSERS TYPE I (BLUE DIGITAL): NCTRF PD 13-06C dated 30 June 2007; Pattern date 20 March 2006. SPECIFICATIONS AND PATTERN DATES FOR BLOUSE TYPES II/III (DESERT AND WOODLAND): NCTRF PD 01-09E dated 17 January 2012; Pattern date 17 January 2012. SPECIFICATIONS AND PATTERN DATES FOR TROUSERS TYPES II/III (DESERT AND WOODLAND): NCTRF PD 02-09F dated 17 January 2012; Pattern date 17 January 2012. SPECIFICATIONS AND PATTERN DATES FOR MATERNITY BLOUSE AND MATERNITY TROUSERS TYPE III (WOODLAND): NCTRF PD 05-09 dated TO BE DETERMINED; Pattern date TO BE DETERMINED. 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 (DLA Troop Support C&T) solicitations, use the following link to the DLA Troop Support C&T Technical Data Repository area at http://www.troopsupport.dla.mil/Portal/sreqfrm.aspx. Do not contact the Contract Specialist to request specifications or patterns. The acquisition includes a base ordering term plus four option ordering terms. The solicitation will have three (3) lots available. Each lot will include an overall minimum (Min) quantity, annual estimated quantity (AEQ), and a maximum (Max) quantity. There will not be individual line item minimums and maximums established. The contract minimum and maximum will be fulfilled by ordering any combination and quantity of any of the contract items/NSNs within the ordering limitations clause. (For example: certain items may not be ordered at all.) Lot 0001 will be a Small Business Set-Aside. It will be made up of all ten (10) items listed in the ITEMS AND LEAD NSNs section of this synopsis and will include the following overall quantities: Min/AEQ/Max quantity of 104,410/417,470/584,460 units per term made up of any combination of the items in this lot. Lot 0002 will be a Service-Disabled Veteran-Owned Small Business Set-Aside. It will be made up of the following four (4) items: Blouse and Trousers, Type I (Blue Digital) and Blouse and Trousers, Type III (Woodland). Lot 0002 will include the following overall quantities: Min/AEQ/Max quantity of 50,000/199,980/249,980 units per term made up of any combination of the items in this lot. The solicitation will also include a Lot 0003 to be evaluated and awarded only if Lot 0002 is dissolved due to no acceptable offers being received from Service-Disabled Veteran-Owned Small Business concerns. Lot 0003 will be a Small Business Set-Aside and will be structured the same as Lot 0002. The Government intends to make two awards based upon an integrated assessment of technical factors and price resulting in the Best Value to the Government. The Government intends to solicit for Indefinite Delivery Indefinite Quantity Type contracts utilizing the Best Value concept requiring a Technical Proposal consisting of the following: (1) Product Demonstration Model – one Blouse, Type III PDM will be required (size Medium Regular) and one Trouser, Type III PDM will be required (size Medium Regular); and (2) Past Performance. The cloth used for the manufacture of the PDMs shall be ripstop, nylon/cotton blend conforming to the cloth characteristics as specified in the solicitation/specification. PDMs for camouflage items can be manufactured using a non-printed base cloth. The offeror is encouraged to begin PDM production immediately once the solicitation is issued to allow sufficient time. It is the offeror’s responsibility to ensure that PDMs arrive by the closing date and time of the solicitation. Delivery will be to: Peckham Vocational Industries, Inc. (DODAAC SD0119), Lansing, MI 48906. For the Type I: Delivery will commence 165 days after date of award with a reduced lead time of 120 days for follow-on delivery orders. For Types II/III: Delivery will commence 120 days after date of award with a reduced lead time of 90 days for follow-on delivery orders. FOB Destination pricing applies. All materials used to fabricate this item are to be furnished by the contractor. Anticipated Solicitation Issuance Date is on/about 21 May 2012. Please note this date is only an ESTIMATE and NOT a firm solicitation issue date. 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). Important Note on Foreign Content: 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. DFARS clause 252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (JUN 2010) applies. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-C/SPM1C1-12-R-0076/listing.html)
 
Record
SN02739317-W 20120506/120504234810-3afbc4b083804467c9051ddd39edebc7 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.