SOLICITATION NOTICE
84 -- AIRSAVE SURVIVAL VEST, TYPE I & II
- Notice Date
- 10/10/2018
- Notice Type
- Presolicitation
- 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
- SPE1C1-19-R-0001
- Archive Date
- 11/8/2018
- Point of Contact
- Mara Cremen, Phone: 215-737-8094
- E-Mail Address
-
Mara.Cremen@dla.mil
(Mara.Cremen@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This acquisition is for a Four (4) year Indefinite Delivery - Indefinite Quantity contract, consisting of a One (1) year base and Three (3) One-Year option periods, for the "AirSave Survival Vest, Type I & II." The National Stock Numbers (NSNs) are 8415-01-568-9793 (Type I) and 8415-01-568-9791 (Type II). The items are to be made in accordance with drawing 3561AS101, Rev E and and NAWC-PD-29611B, dated 31 July 2014. The color is Coyote Brown 3758. All material shall be contractor furnished. First Article Testing (FAT) and Production Lot Testing is required for this item. The solicitation number is SPE1C1-19-R-0001 and will be issued as a 100% Small Business Set-Aside. The estimated release date of the solicitation is October 29, 2018. The Base Year consists of a minimum quantity of 200, annual estimated quantity of 800 and an annual order limitation quantity of 1,000. The Three One-Year Options each consist of a minimum quantity of 125, annual estimated quantity of 500 and an annual order limitation quantity of 625. The production lead time (PLT) is as follows: 180 days for First Article Test (FAT) submission, 60 days for the Government's review/approval/disapproval of FAT, 120 days for delivery at a rate of up to 80 each a month (any combination of vests). If FAT is waived for a contractor the production lead time (PLT) will be 210 days after date of award at a rate of up to 80 each a month (any combination of vests). All deliveries will be to the DLA Depots in Lansing, MI, Pendergrass, GA and Austin, TX. Deliveries are FOB Destination. Inspection and Acceptance at Origin To ensure timely delivery and a quality product, this acquisition will be procured using Best Value/Tradeoff Source Selection procedures. The use of "Best Value" procedures will allow the Government to comparatively evaluate technical merit as well as cost or price to select the source which demonstrates the highest probability of successful performance at a reasonable price. The non-cost or price evaluation factor is Past Performance - Performance Confidence Assessment. The Past Performance will contain the following sub-factors: (a) Recency, (b) Relevancy and (2) Quality and Delivery Performance. 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/. 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.dla.mil/TroopSupport/ClothingandTextiles/SpecRequest.aspx http://quicksearch.dla.mil/qsSearch.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/SPE1C1-19-R-0001/listing.html)
- Record
- SN05119924-W 20181012/181010231010-1668aa452fd3d447087845656dfdfa71 (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 |