Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 19, 2020 SAM #6685
SOLICITATION NOTICE

12 -- USFS Water bag Assembly and components

Notice Date
3/17/2020 9:35:41 AM
 
Notice Type
Presolicitation
 
Contracting Office
DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
 
ZIP Code
19111-5096
 
Solicitation Number
SPE1C1-20-R-TBA1
 
Archive Date
06/17/2020
 
Point of Contact
Kimberly Sabo
 
E-Mail Address
kimberly.sabo@dla.mil
(kimberly.sabo@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
DLA Troop Support is planning an acquisition for the manufacture and delivery of the Water Bag 5 Gal Suppression M-2015 Assembly and separate components for the United States Department of Agriculture, Forest Service. 1. Water Bag 5 Gal Suppression M-2015 Assembly. NSN 8465-01-656-8915 2. Water Bag 5 Gal Suppression M-2015. NSN 8465-01-656-2497 3. Harness Water Bag M-2015.� NSN 8465-01-656-5111 The Water bag Assembly and its components shall be manufactured in accordance with Forest Service Specification 5100-621B dated March 5, 2020. Please contact Kimberly.Sabo@dla.mil for specification and drawings. The Government plans to have a three (3) year ordering period with tiered pricing under any resultant contracts. Tier one (1) will have a performance period from the date of award through 365 days thereafter (day 1 through day 364). Tier two (2) will have a performance period immediately following tier one (1) through 365 days thereafter (day 365 through 729). Tier three (3) will have a performance period immediately following tier two (2) through 365 days thereafter (day 730 through 1,094). Acceptance of each of the three (3) 12-month tier periods is mandatory and a unit price for each component is to be provided for each period. It is the intention of the Government to make two (2) awards. For the purposes of efficiency, this acquisition will contain two separate and distinct lots rather than issuing separate solicitations for each lot. Each lot will contain minimums, annual estimated quantities, and maximum quantities. Two separate contracts will be awarded based on the evaluation criteria contained in the solicitation. The intent is to make two separate awards to two different sources. To ensure that multiple sources are available, and to ensure the continuous availability of reliable sources of supply, the Government reserves the right to exclude, under the authority of FAR 6.202(a)(4), an awardee on one lot from being eligible for award on another lot for which they have been determined to be the best value. Orders will be issued under each separate contract in accordance with the terms and conditions of the contract and without notice to, or consideration of, any other contractor, or consideration of the terms and conditions of any other contract. The fair opportunity provisions of FAR 16.505(b) will not be applicable to orders under the resulting contracts.� Lots will be divided as follows: Lot 1 Water Bag 5 Gal Suppression M-2015 Assembly Minimum Quantity: 1,600 Annual Estimated Quantity: 2,250 Maximum Quantity: 9,375 Water Bag 5 Gal Suppression M-2015 Minimum Quantity: 0 Annual Estimated Quantity: 185 Maximum Quantity: 750 Harness Water Bag M-2015 Minimum Quantity: 0 Annual Estimated Quantity: 155 Maximum Quantity: 625 Lot 2 Water Bag 5 Gal Suppression M-2015 Assembly Minimum Quantity: 1,600 Annual Estimated Quantity: 2,250 Maximum Quantity: 9,375 Water Bag 5 Gal Suppression M-2015 Minimum Quantity: 0 Annual Estimated Quantity: 185 Maximum Quantity: 750 Harness Water Bag M-2015 Minimum Quantity: 0 Annual Estimated Quantity: 155 Maximum Quantity: 625 NOTE: The Government will be obligated to order the guaranteed minimum quantity under each lot prior to the final expiration of any resultant contracts. It is likely that the Government will procure this quantity at the time of contract award. The annual estimated quantities are the Government�s best faith estimate of the quantities to be ordered within each tier period. This is based on the current demand and the forecasted demand provided by the Forest Service for these items. This does not obligate the Government to order these quantities each year and is provided only for informational purposes. The Government is not obligated to order the maximum quantities listed above; however, the Government has the legal right to order up to these quantities prior to the final expiration of any resultant contracts.�� FAR clause 52. 209-4 First Article Approval � Government Testing, with alternate I, and procurement note H03 � Supplemental First Article Testing Requirements will be included in the solicitation.� First article testing may be waived if a potential awardee requests the waiver and meets the requirements outlined in procurement note H03. The production leadtime for the initial delivery order will be 240 days after the date of award and is allocated as follows: 90 days for first article testing sample submission, 30 days for government review, and 120 days for production and shipment of the ordered items.� The production leadtime for all subsequent orders will be 120 days. The maximum monthly capacity is 400 Water Bag 5 Gal Suppression M-2015 Assemblies, 1 Water Bag 5 Gal Suppression M-2015, and 1 Harness, Water Bag M-2015. The Water bag Assembly and its components will be delivered to the Defense Distribution Depot San Joaquin depot in Tracy, California. The solicitation will be issued a 100% small business set-aside. The solicitation will require F.O.B. destination and inspection and acceptance at destination. All offerors MUST be registered in SAM in order to be eligible for award. All responsible sources may submit offers which, if timely received, shall be considered. 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/, however instructions for submitting offers will be provided within the solicitation remarks of the solicitation as offers submitted solely through DIBBS will not be considered for award. 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). 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 System for Award Management (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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4750b7aef0a64d11b8ccfd3f4b8cb078/view)
 
Record
SN05591453-F 20200319/200317230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.