SOLICITATION NOTICE
84 -- Belt, Luminous Tape
- Notice Date
- 2/23/2022 10:09:18 AM
- Notice Type
- Presolicitation
- NAICS
- 315990
— Apparel Accessories and Other Apparel Manufacturing
- Contracting Office
- DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
- ZIP Code
- 19111-5096
- Solicitation Number
- SPE1C1-22-R-0068
- Response Due
- 3/10/2022 12:00:00 PM
- Point of Contact
- ALEX SALIM, Michelle Falkowski
- E-Mail Address
-
ALEX.SALIM@DLA.MIL, Michelle.Falkowski@dla.mil
(ALEX.SALIM@DLA.MIL, Michelle.Falkowski@dla.mil)
- Description
- DLA Troop Support is initiating a new procurement for the Belt, Luminous Tape. The belts shall be made in accordance with salient visual and dimensional characteristics stated below. The solicitation shall be for an Indefinite Delivery, Indefinite Quantity, Firm Fixed Price contract that will have a three (3) year tiered ordering period. The solicitation shall feature a pricing structure which requires the offeror to provide an offered price for each of the three (3) 12-month tier periods.� The solicitation will be issued on an unrestricted basis. Item: Belt, Luminous Tape NSNs: 8465-01-506-2093 (white) / 8465-01-620-4682 (blue) / 8465-01-620-4684 (orange) / 8465-01-620-4685 (green) / 8465-01-620- 4686 (yellow) / 8465-01-621-8076 (red) Unit of Issue: Each FOB Point: Destination Inspection and Acceptance Point: Destination Variance: +2.0% / -0% Pricing: Firm Fixed Price The contract shall be for a term of 36 months, with three (3) separate pricing tiers. Each tier shall be for a 12-month period. Tier one (1) will have a performance period from the date of award through 364 days thereafter (day 1 through day 365). Tier two (2) will have a performance period immediately following tier one (1) through 364 days thereafter (day 366 through 730). Tier three (3) will have a performance period immediately following tier two (2) through 364 days thereafter (day 731 through 1,095). The guaranteed minimum quantity is 3,250 belts. The Government will be obligated to order this quantity prior to the final expiration of any resultant contract. The annual estimated quantity is 13,000 belts. This is the Government's best faith estimate of the quantities to be ordered within each tier period. This is based on the forecasted demand provided by the customer for this item. This does not obligate the Government to order any specific quantity and is provided only for informational purposes. The maximum quantity is 48,750 belts. The Government is not obligated to order this quantity; however, the Government has the legal right to order up to this quantity prior to the final expiration of any resultant contract. The maximum monthly rate is 1,355 each for the belts. The quantities provided above are estimates and may change at time of solicitation based on changes in demand and supply position. The Destination for all deliveries will be Austin, TX, Lansing, MI and Pendergrass, GA. Deliveries will be FOB destination with a production lead time of 120 days and 90 days for subsequent orders. All responsible sources may submit a proposal, which shall be considered by the Agency. The estimated release date of the solicitation is March 2022. The source selection process shall be the Lowest Price Technically Acceptable (LPTA) in accordance with FAR Part 15. The Government will issue an award based on the lowest evaluated price of proposal meeting or exceeding the acceptability standard for non-cost factors as follows: 1) Product Demonstration Models (PDMs) � 12 Samples (two (2) of each color) Visual Dimensional COC certifying that the belts meet salient characteristics NOTE: PDMs shall be evaluated on an Acceptable/Unacceptable Basis. Any sub-factor failure shall result in a PDM Failure. �First Article submission may be required. The belts shall include the following Salient Characteristics: 1.� Composed of cube-comer (microprism) reflective elements integrally bonded to a flexible, tough photoluminescent polymeric� material. 2.� Be 2 inches wide by 5.5 feet in length 3. ��Adjustable up to 54"" waist and have a Hook & Loop Fastener closure. 4. ��The belts shall have 6 colors: White (off white) Red Orange Yellow Green Blue 5.� The white belt color is off-white, and all others appear as their description, during the daytime. 6.� Shall be photoluminescent after being energized with visible light. The color of the photo luminescent light is lime green for the white and all other emit as their description. 7.� The belt�s retro-reflectivity shall be 300 cd/m2/lux (+/- 25) when measured in accordance with NFPA 1971, 2000 edition. 8.� The belts shall offer resistance to a variety of chemicals potentially encountered and is able to withstand a 10-minute immersion in gasoline, kerosene, or mineral oil without evidence of blistering or dissolving. 9.� Feature a glossy top surface that is inherently resistant to soiling and allows for easy cleaning. Non-abrasive soap and water readily clean dirt, soot, and smoke stains from the belt. 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). 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), 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. The item must be 100% USA manufactured with 100% USA materials.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c7808af962d948259f791c9bec089fbb/view)
- Record
- SN06249510-F 20220225/220223230108 (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 |