Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 26, 2014 FBO #4719
MODIFICATION

84 -- Protective Chaps

Notice Date
10/24/2014
 
Notice Type
Modification/Amendment
 
NAICS
315990 — 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
SPE1C1-14-R-0105
 
Archive Date
11/24/2014
 
Point of Contact
Gina M. Parisi, Phone: 215-737-3292, Denise Vogelei, Phone: 215-737-7024
 
E-Mail Address
gina.parisi@dla.mil, Denise.Vogelei@dla.mil
(gina.parisi@dla.mil, Denise.Vogelei@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 01 (10.24.14): The solicitation number for this requirement has changed from SPE1C1-14-R-0105 to SPE1C1-15-R-0006. The RFP was posted to DIBBS on 10/23/2014. The POC for this requirement is now Rafael Nazario Vidal. Contact information is as follows: rafael.nazario.vidal@dla.mil 215-737-8613 --------------------------------------- The proposed RFP is for the Protective Chaps (NSN: 8415-00-286-7507 (s), PGC: 04007) to be made in accordance with Department of Agriculture, Forest Service specification 6170-4G. The solicitation will be issued as a Total Small Business Set Aside, and will be awarded under a Firm Fixed Price, Indefinite Delivery Type Contract. The resultant contract will be for a base year and four (4) one-year term options. The base year minimum quantity is 2,325 PR, and the annual order limitation quantity (AOLQ) is 11,625 PR. Each of the four one-year option terms will have a minimum quantity of 2,325 PR and AOLQ of 11,625 PR. All materials used in the fabrication of these items are to be furnished by the successful offeror. This procurement will utilize the Lowest Price Technically Acceptable method of source selection. The objectives of the acquisition are met through determining offers technically acceptable. An offer will be determined Technically Acceptable when it meets the minimum requirements of the solicitation and takes no exception to any terms or conditions of the solicitation. Award will be made based upon the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The following technical evaluation factors are anticipated: 1. Proof of ISO 9001 Certification upon Proposal Submission. 2. Proof of NFPA 1977 Certification OR Proof of Application for National Fire Protection Association (NFPA) Standard 1977 Certification. 3. Terms and Conditions: The offeror must meet the minimum requirements of the solicitation and take no exception to any of the terms or conditions. Each offeror must complete a clause checklist verifying that all listed clauses are completed in full. Failure to complete all clauses listed in the checklist may determine an offeror technically unacceptable. NFPA 1977 Certification is required prior to award. If the item fails NFPA 1977 Certification or if proof of NFPA 1977 Certification cannot be produced in the timeframe designated by the Contracting Officer prior to award, the Government will reserve the right to award to the next lowest technically acceptable offeror. Although Past Performance is not a technical evaluation factor, the Government reserves the right to review Past Performance when making a determination of responsibility. This may include the review of Past Performance data from other sources such as the Past Performance Information Retrieval System (PPIRS) and Federal Awardee Performance and Integrity Information System (FAPIIS); as well as information pertaining to production capacity, technical capacity, procurement history, financial capability, laws and regulations, and integrity and ethics. The acquisition will be FOB Destination, Inspection and Acceptance at Origin. Initial shipment of this item is required 120 days after date of award. Subsequent delivery orders will have a production lead time of 90 days. Pre-production First Article samples will be required within 30 days. Destination: Tracey, CA. It is anticipated that this solicitation will be posted to the DLA Internet Bid Board System (DIBBS) during or after September 2014. All offerors MUST be registered in the System for Award Management (www.sam.gov) in order to be eligible for award. All responsible sources may submit offers which shall be considered if received timely. -------- IMPORTANT NOTICE: NEW REQUIREMENT -------- Due to a DOD regulation requiring "identity certificates" when accessing DOD computer systems, VIM-ASAP (https://vim.dla.mil) will soon become Common Access Card (CAC) enabled. This means that in order to access the system a company representative must have an ECA Certificate. There is a cost involved in obtaining a certificate (approximately $125.00 to $150.00 per year per certificate). VIM is scheduled to begin using the new logon from 8/23/2013 through 9/30/2013. After that date, no one may log on using the old user ID and password. DoDI 8520.2 Mandates the use of DoD PKI identity certificates when accessing DoD information systems. The DoD established the External Certification Authority (ECA) program to support the issuance of DoD- approved certificates to industry partners and other external entities and organizations. ECA certificates enable contractors to securely communicate with the DoD and authenticate themselves to DoD Information Systems. ECA Certificates are individually issued digital identity credentials. The DoD relies upon these credentials to ensure the identity of the user in online environments or when a certificate holder tries accessing DoD Information Systems. The following are the three entities authorized by the DoD to issue ECA Certificates. Review and apply for an ECA Certificate from one of the below organizations to access your VIM account: 1. IdenTrust: http://www.identrust.com/certificates/eca/index.html 2. ORC (Operational Research Consultants): http://eca.orc.com/ 3. VeriSign: https://eca.verisign.com/ There are three types of certificates: Medium Assurance, Medium Token Assurance, Medium Hardware Assurance. If one person always signs in from the same computer they can use the Medium Assurance which gets loaded to a hard drive. If one person logs on from different computers they should use the Medium Token Assurance which is portable, similar to a thumb drive. Only one person can use an ECA certificate. Each user will need their own. Each person who needs to access the system will need one. ---------------------------------------------------------- Availability of solicitations: FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form. Interested offerors can obtain a copy of the solicitation after the issuance date at: 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 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). ---------------------------------------------------------- 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 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. ---------------------------------------------------------- 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-C/SPE1C1-14-R-0105/listing.html)
 
Record
SN03558419-W 20141026/141024234408-ba50882320e4da559477a0b2a4d23ecb (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.