SOLICITATION NOTICE
84 -- OVERBOOTS, MOLDED, LIGHTWEIGHT, CHEMICAL/BIOLOGICAL PROTECTIVE (MALO)
- Notice Date
- 8/29/2024 4:51:38 AM
- Notice Type
- Presolicitation
- NAICS
- 316210
— Footwear Manufacturing
- Contracting Office
- DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
- ZIP Code
- 19111-5096
- Solicitation Number
- SPE1C1-24-R-0087
- Response Due
- 9/27/2024 12:00:00 PM
- Archive Date
- 10/12/2024
- Point of Contact
- John Green, Patricia Martin
- E-Mail Address
-
John.e2.Green@dla.mil, PATRICIA.A.MARTIN@DLA.MIL
(John.e2.Green@dla.mil, PATRICIA.A.MARTIN@DLA.MIL)
- Description
- This has been updated to a combined Sources Sought/Pre-Solicitation Notice It is the Government�s intention to issue a Sole Source c(1) award to Canadian Commercial Corporation under 10 U.S.C. 2304(c)(1), FAR Part 6.302-1 � Only one responsible source and no other supplies or services will satisfy agency requirements. NOTE: It should be noted that this announcement, in no way, should be interpreted as a solicitation for offers.� No information provided in response to this synopsis will be considered binding between the vendor and the Government.� With these facts in mind, it is requested that you review the information listed below.� NOTE:� This is NOT A REQUEST FOR A BID/PROPOSAL.� This requirement is being synopsized in accordance with FAR 5.2 Item:� OVERBOOTS, MOLDED, LIGHTWEIGHT, CHEMICAL/BIOLOGICAL PROTECTIVE (MALO) Purchase Description:� JPMP-PD-MALO-01A, CAGE code 32263, (dated 23 July 2024) The purpose of this announcement is to advise the industry that DLA Troop Support and the Joint Project Manager for Protection (JPM P) office are determining, through samples from potential sources, if they are able to verify their ability to meet quality requirements of the JPM P Purchase Description (PD) for the MALO (JPMP-PD-MALO-01A, dated 23 July 2024).� The MALO is an item that requires consistently high standards of manufacturing quality and warrants qualification of sources to establish eligibility for a contract award.� This item is a Critical Safety Item subject to International Traffic in Arms Regulations (ITAR).� To be eligible to receive the technical data, firms are required to have a JCP certification and sign and return a Non-Disclosure Agreement. The resulting Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity contract will be awarded to Canadian Commercial Corporation and consist of three (3) one-year ordering periods with tiered pricing. Tier one (1) will have a performance period from the date of award through 365 days thereafter (day 1 through day 365). Tier two (2) will have a performance period immediately following tier one (1) through 365 days thereafter (day 366 through 730). Tier three (3) will have a performance period immediately following tier two (2) through 365 days thereafter (day 731 through 1,095).� The resultant contract will contain a three (3) one-year ordering period with the following quantities: Contract Guaranteed Minimum Quantity*: 675,000 �Annual Estimated Quantity (AEQ) for Tier One: 810,000 �AEQ for Tier Two: 3026,704 �AEQ for Tier Three:� 245,028 �Total Contract Maximum Quantity: 1,727,165 Prices are to be based on and FOB Destination.� FOB:� DESTINATION Inspection/Acceptance:� ORIGIN Delivery Destination:� DODAAC:� UY0157/RIC: VSTG ����������������������������������������������� �Peckham, Inc. ����������������������������������������������� �OCIE � North 3PL ����������������������������������������������� �5408 W. Grand River Ave. Bldg B ����������������������������������������������� �Lansing, MI 48906 First Article Testing (FAT), Production Lot Testing (PLT) and Surveillance Lot Testing (SLT) samples will be required.� The number of samples and sizes are to be determined. FAT, PLT and SLT will not be priced separately.� All costs associated with the manufacture of the samples will be borne by the awardee.� The awardee shall include the cost associated with the manufacturing of the PDMs, FAT, PLT and SLT samples in their offered unit price as these samples will not be paid separately or as part of the units shipped Lansing, MI. and include the associated costs in the offered unit price of the item. IMPORTANT NOTICE REGARDING TECHNICAL DATA:� Any party interested in being a certified supplier shall provide a completed DD Form 2345 with JCP certification number in block 7b and the Non-Disclosure and Conflict of Interest Agreement (attached) to receive a copy of JPMP-PD-MALO-01A, CAGE Code 32263, dated 23 July 2024, associated patterns, and any other necessary documentation for the manufacture of the MALO.� The DD Form 2345 is filled out electronically and can be found at the following website: https://www.dla.mil/Logistics-Operations/Services/JCP This item contains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq) or the Export Administration Act of 1979 (Title 50, U.S.C. APP2401 et seq) as amended.� Violations of these export laws are subject to severe criminal penalties. Dissemination is in accordance with provisions of DoD Directive 5230.24 and 5230.25. Distribution of technical data is authorized to the Department of Defense and U.S. DoD contractors only. Critical determination was made 12 February 2009. The dissemination of the technical data for the MALO falls under the Joint Certification Program (JCP).� The JCP was established in 1985 to allow United States (U.S.)/Canadian contractors to apply for access to Department of Defense/Department of National Defence (DOD/DND) unclassified export controlled technical data/critical technology on an equally favorable basis in accordance with DODI 5320.25 �Withholding of Unclassified Technical Data and Technology from Public Disclosure�, and Canadian Technical Data Control Regulations.� For additional information, please go to http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP.aspx What this means for you:� Distribution of the MALO technical data is only authorized after the interested party completes a Non-Disclosure and Conflict of Interest Agreement and a DD Form 2345 Militarily Critical Technical Data Agreement (with certification).� Next Steps after Approval of DD Form 2345: Read, sign, and date the Non-Disclosure and Conflict of Interest Agreement (NDA) that you can request from the POCs below. Return the Non-Disclosure and Conflict of Interest Agreement (NDA) and the completed and approved DD Form 2345 (including the certification number provided in block 7b) to DLA Troop Support.� Both the NDA and the completed DD Form 2345 are required before any technical data and/or drawings are provided to the interested party.� The interested party shall submit the NDA and the DD Form 2345 (with their certification number) via email to John Green, john.e2.green@dla.mil or Pat Martin, patricia.a.martin@dla.mil in order to receive an electronic copy of the technical data and/or drawings.� Point of contact information is below. Government Review of Vendor Supplied Products � Within 60 days of receipt of the PD, parties interested in becoming qualified alternative sources for future acquisitions must notify the government of intent to submit samples for evaluation and testing. Offerors shall then submit 32 pairs to John Green and/or Patricia Martin at the address listed below within 60 days of that notice. DLA will evaluate the initial 32 samples in accordance with JPMP-PD-MALO-01A for conformance to testing, visual and dimensional requirements. The offeror shall produce both the samples at the same facility where any subsequent production would take place and certify to this effect by their submission of the samples. Failure of samples to conform to all requirements would prevent further testing. Offerors will be advised in writing, of the decision regarding each interested party�s acceptability for continued evaluation.� Upon notification of passing initial testing and evaluation by DLA, an additional 200 to 500 samples will be required for Human Factor Evaluation and Limited User Evaluation and testing to ensure that the items interface with other system components and perform at least as well or better than the existing MALO when used for mission purposes. This process is expected to take 3 to 5 years. All costs associated with the generation and submission of requests and existing test data that the vendor chooses to supply and the samples themselves will be borne by the vendor. Vendors will also be advised in writing of the final results of the limited user evaluation and human factors testing results. The potential source (s) shall be notified in writing of the results of the Government�s limited user and human factors testing results. �If all qualification acceptance requirements are met, the potential source will be qualified and will be placed on the Source Control Drawing for the MALO and will then be eligible to compete for future contract award.� Only qualified sources listed on the MALO Source Control Drawing will be eligible for award.� However, qualification and listing on this Source Control Drawing in no way guarantees a contract award.� Awards will be based on best value as assessed by the procuring agency. Qualification does not relieve the potential source from responsibility to meet all requirements specified in JPMP-PD-MALO-01A and in the contract, does not guarantee acceptability under a contract, and does not waive the requirement for first article inspection or any conformance inspections under a contract. At this time AirBoss Defense Group is the only approved qualified source of the OVERBOOTS, MOLDED, LIGHTWEIGHT, CHEMICAL/BIOLOGICAL PROTECTIVE (MALO).� Concurrent to the government qualification review above, an acquisition is being directed to Airboss Defense Group under the authority of FAR 6.302-1. Contracting Office Address: Defense Logistics Agency DLA Troop Support - Clothing & Textiles, 700 Robbins Avenue, Philadelphia, PA, 19111-5096, UNITED STATES Point of Contact(s): John Green, Acquisition Specialist, Email: john.e2.green@dla.mil Patricia A. Martin, Contracting Officer, Email: patricia.a.martin@dla.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/92cd578d6e944a9faf8b41f5c2671bca/view)
- Place of Performance
- Address: Philadelphia, PA 19111, USA
- Zip Code: 19111
- Country: USA
- Zip Code: 19111
- Record
- SN07192744-F 20240831/240829230125 (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 |