SOLICITATION NOTICE
84 -- Socks, Flyer's, Anti-Exposure
- Notice Date
- 10/29/2024 7:24:00 AM
- Notice Type
- Presolicitation
- NAICS
- 315120
—
- Contracting Office
- DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
- ZIP Code
- 19111-5096
- Solicitation Number
- SPE1C1-25-R-0010
- Response Due
- 11/13/2024 12:00:00 PM
- Archive Date
- 11/28/2024
- Point of Contact
- Natalie Wilson, Phone: 2157378600, Michelle Falkowski, Phone: 2157375479
- E-Mail Address
-
natalie.wilson@dla.mil, Michelle.Falkowski@dla.mil
(natalie.wilson@dla.mil, Michelle.Falkowski@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 1. This acquisition is for the manufacture and delivery of the Socks, Flyer�s, Anti-Exposure which is required to be manufactured in accordance with drawing 1370AS502 REV. R, dated February 13, 2014.A Firm Fixed-Priced, Indefinite Delivery, Indefinite Quantity contract with tiered pricing periods consisting of five (5) 12-month ordering periods (Tier Periods 1-5) is planned. Tier one (1) will have a performance period from the date of award through 365 days thereafter (day 1 through 364 days). 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). Tier four (4) will have a performance period immediately following tier three (3) through 365 days thereafter (1,095 through 1,459). Tier five (5) will have a performance period immediately following tier four (4) through 365 days (1,460 through 1,824). 2.� There is a Guaranteed Minimum Quantity of 480 pairs with a Maximum Quantity of 8,125 pairs. The Annual Estimated Quantity (AEQ) for Years One through Five is 6,500 pairs.� 3.� Inspection and Acceptance at Origin.� FOB Destination.� Destination locations are Lansing, MI, Pendergrass, GA and Austin, TX.� 4.� The solicitation number is SPE1C1-25-R-0010 and will be issued on as a 100% Small Business Set-Aside.� The estimated release date of the solicitation is December 4, 2024. 5.� The production-lead time (PLT) is as follows:� 150 days for First Article Test (FAT) submission, 30 days for the Government�s review/approval/disapproval of FAT, 150 days for delivery at a rate of up to 140 pairs a month. 6.� This acquisition will utilize Best Value; Trade-Off Procedures in accordance with FAR 15.101-1. The trade-off will allow the government to make an integrated assessment of technical merit over price to ensure the successful awardee understands the technical requirements to manufacture the Socks, Flyer�s, Anti-Exposure. The solicitation�s non-cost price factors are as follows: Factor 1: Past Performance � Performance Confidence Assessment (a) Recency ����������� ����������� (b) Relevancy of Prior Contract ����������� ����������� (c) Quality & Delivery Performance ����������������������������������������������� 1) Past Quality of Items ����������������������������������������������� 2) Past Delivery Performance ����������������������������������� ����������� � * Note: The three subfactors, Recency, Relevancy of Prior Contracts, and Quality & Delivery Performance, all have equal importance.� -Under the Quality & Delivery Performance subfactor, the elements of Past Quality of Items and Past Delivery Performance will not be separately rated. 7. The solicitation will be issued on an FOB Destination basis in accordance with FAR 47.304-1(g)(5). All offered products MUST meet the provisions of 252.225-7012 Preference for Certain Domestic Commodities. Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form. It is estimated that the Solicitation will be posted on https://www.dibbs.bsm.dla.mil/ within 15 days of this notice. 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 within five business days.� 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). 8.� 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 9.� All material shall be contractor furnished. 10.� First Article Testing (FAT) required for this item.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/058b1fc1380e49658d235daa6dedff40/view)
- Record
- SN07251889-F 20241031/241029230105 (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 |