Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2016 FBO #5342
MODIFICATION

84 -- Jumper, Man's, White Navy and Jumper, Woman's, White, Navy

Notice Date
7/7/2016
 
Notice Type
Modification/Amendment
 
NAICS
315210 — 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
SPE1C1-16-R-0100
 
Point of Contact
Jennifer Truesdale, Phone: 215-737-3815, Victoria Ryan, Phone: 215-737-3018
 
E-Mail Address
Jennifer.Truesdale@dla.mil, Victoria.Ryan@dla.mil
(Jennifer.Truesdale@dla.mil, Victoria.Ryan@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Pre-solicitation Notice / Synopsis for Solicitation No: SPE1C1-16-R-0100 This is for the purchase of the following: LOT 1: Item 0001: Jumper, Man's, White, Navy NSN Series: 8405-01-610-8832 End Item Specification: NCTRF PD 87037B dated 08 April 2016 Annual Estimated Quantity (AEQ): 49,980 Item 0002: Jumper, Woman's, White, Navy NSN Series: 8410-01-612-0226 End Item Specification: NCTRF PD 24949B dated 12 April 2016 Annual Estimated Quantity (AEQ): 12,948 LOT 2: Item 0001: Jumper, Man's, White, Navy NSN Series: 8405-01-610-8832 End Item Specification: NCTRF PD 87037B dated 08 April 2016 Annual Estimated Quantity (AEQ): 49,980 Item 0002: Jumper, Woman's, White, Navy NSN Series: 8410-01-612-0226 End Item Specification: NCTRF PD 24949B dated 12 April 2016 Annual Estimated Quantity (AEQ): 12,948 This acquisition will be issued as a Total Small Business Set-Aside for the manufacture and delivery of the Jumper, Man's, White, Navy (PGC 03907) and the Jumper, Woman's, White, Navy (PGC 03906). The Jumper, Man's, White, Navy shall be manufactured in accordance with NCTRF PD 87037B dated 08 April 2016 and the Jumper, Woman's, White, Navy shall be manufactured in accordance with NCTRF PD 24949B dated 12 April 2016. Each lot will result in one award of an Indefinite Delivery, Indefinite Quantity, Firm Fixed Price Type contract with a one (1) year base term and two-one (1) year option terms. The guaranteed minimum quantity for Lot #1 will be 25,172 each for a combination of each item under the base term and each option term; the maximum dollar value will be $13,000,000.00 over the life of the contract. The guaranteed minimum quantity for Lot #2 will be 25,172 each for a combination of each item under the base term and each option term; the maximum dollar value will be $13,000,000.00 over the life of the contract. Government Furnished Material (GFM) will not be utilized in the final construction of the end items. All material used in the fabrication of the end items are to be furnished by the contractor. *NOTE: ONLY DOMESTIC MANUFACTURED ITEMS WHICH ARE MADE FROM 100% DOMESTIC PRODUCTS ARE PERMITTED. Under the initial delivery order there will be three (3) monthly deliveries that will be required starting 150 days after the date of award with subsequent orders due in 120 days. The delivery destination for these items is Peckham Vocational Industries Inc. in Lansing, MI 48906 and Great Lakes Naval Station in Great Lakes, IL 60088. Source Selection criteria will be used for award evaluation purposes in accordance with FAR 15.101-1. For award evaluation purposes technical merit is more important than price. Evaluation Factors for award are Product Demonstration Models (PDM) and Past Performance. The Government intends to use FAR Part 12 for this acquisition. All items must be 100% U.S. Made out of 100% U.S. Materials. Offerors will be required to submit a total of two (2) Product Demonstration Models (PDM); one (1) PDM of the Jumper Man's White Navy Size 40R (NSN: 8405-01-610-9082) and one (1) PDM of the Jumper Woman's White Navy Size 14MR (NSN: 8410-01-612-0586); and a history of their experience/ past performance record from the period one year prior to the solicitation closing date. PDMs must be submitted with offers. The PDMs will be the most important evaluation factor and will be evaluated for conformance to the specifications, followed by Past Performance, then price. Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form. The Solicitation will be posted on Dibbs or Fedbizopps. Please check both. Refer to the following when viewing solicitation on Dibbs: The 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 System for Award Management (SAM)(https://www.sam.gov). 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 SAM 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.dla.mil/TroopSupport/ClothingandTextiles/SpecRequest.aspx The point of contact for subject acquisition is: Jennifer Truesdale; Acquisition Specialist; Phone (215) 737-3815; Email: Jennifer.Truesdale@dla.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-C/SPE1C1-16-R-0100/listing.html)
 
Record
SN04174383-W 20160709/160707235401-5be1ebede4d5be5bd239c0550a1beb85 (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.