Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 27, 2020 SAM #6877
SOLICITATION NOTICE

84 -- Liner, Absorbent, Flying Helmet

Notice Date
9/25/2020 6:54:48 AM
 
Notice Type
Presolicitation
 
NAICS
332721 — Precision Turned Product Manufacturing
 
Contracting Office
DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
 
ZIP Code
19111-5096
 
Solicitation Number
SPE1C1-20-R-0161
 
Response Due
10/30/2020 12:00:00 AM
 
Archive Date
11/14/2020
 
Point of Contact
Mara Cremen, Phone: 2157378094
 
E-Mail Address
mara.cremen@dla.mil
(mara.cremen@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This acquisition is for a Five (5) year Indefinite Delivery � Indefinite Quantity contract, consisting of a One (1) year base and Four (4) One-Year option periods, for the �Liner Absorbent, Flying Helmet.�� The item is to made in accordance with drawing 70360, Rev F, 9/10/79, design control reference 70360-10 (Medium) or 70360-30 (Large) and DL70360.� Pattern: 70569, Rev. D Pattern Date: 13 March 92. The Base Year and One-Year Option Periods each consist of a minimum quantity of 1,458 each, annual estimated quantity of 5,832 and an annual order limitation quantity of 7,290 each. The solicitation number is SPE1C1-20-R-0161.� This acquisition will be issued as a 100% Small Business Set-Aside.�� The estimated release date of the solicitation is November 1, 2020. The production-lead time (PLT) is as follows:� 150 days for FAT submission, 45 days for Government review of FAT and 90 days for production at a rate of up to 610 each a month.� All subsequent delivery orders will have a production lead-tine of 90 days at a rate of up to 610 each a month.� If FAT is waived the production lead-time for the first delivery order will be 120 days at a rate of up to 610 each a month.� All deliveries will be to the DLA Depots in Lansing, MI, Pendergrass, GA and Austin, TX.� All material shall be contractor furnished. 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 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/c1f3ebea893240aeb773983f9cf74353/view)
 
Record
SN05811834-F 20200927/200925230154 (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.