Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 13, 2025 SAM #8661
SOLICITATION NOTICE

84 -- Knee and Elbow Pads

Notice Date
8/11/2025 7:17:04 AM
 
Notice Type
Presolicitation
 
Contracting Office
DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
 
ZIP Code
19111-5096
 
Solicitation Number
SPE1C1KneeElbowPadsTBA
 
Response Due
9/11/2025 12:00:00 PM
 
Archive Date
09/11/2025
 
Point of Contact
James Beaver, Phone: 215-737-0587
 
E-Mail Address
james.beaver@dla.mil
(james.beaver@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 Knee and Elbow Pads (KEPS). Item NSN Pads, Elbow (OCP) 8465016637517 Pads, Knee (OCP) 8465016637518 Pads, Elbow (Coyote) 8465016641312 Pads, Knee (Coyote) 8465016641318 The Knee and Elbow Pads shall be manufactured in accordance with GL-PD-11-10A, DTD 23 March 2017. Please contact James Beaver, james.beaver@dla.mil for specification inquiries. 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. Item MIN MAX AEQ Pads, Elbow (OCP) 28,065 420,975 112,260 Pads, Knee (OCP) 20,145 302,175 80,580 Pads, Elbow (Coyote) 835 12,525 3,340 Pads, Knee (Coyote) 1,105 16,545 4,410 NOTE: The Government will be obligated to order the guaranteed minimum quantity 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 services for this item. 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 quantity listed above; 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 capacity will be 26,000 pairs per month, in any combination or pattern. The first delivery will be due 150 days after the issuance of contract award with all subsequent delivery orders having a lead-time of 90 days after issuance. Deliveries will be FOB destination with inspection and acceptance at the source. First article samples are required under this acquisition and will be due 60 days after the date of award. The government will have 30 days to furnish its review of the first article samples. 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. Deliveries will be made to DLA�s 3PL depots located in Peckham, MI, Pendergrass, GA, and Travis, TX The solicitation will be issued as a 100% Small Business Set-Aside. Lowest Price Technically Acceptable (LPTA) source selection procedures will be used with the non-cost and/or price factors for acceptability being: 1) Production demonstration models (PDMs) a. Visual Requirements b. Dimensional Requirements All material will be contractor furnished. All responsible sources may submit a proposal which will be considered for award by the Agency. The estimated release date is October 2025. 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/ Detailed system requirements and instructions for registration can be found on the DLA DIBBS Home Page accessed on https://www.dibbs.bsm.dla.mil/ 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. All offerors MUST have an updated NIST 800-171 score in SPRS to quality for award. 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://sam.gov/opp/0cef8c626a6f43febe26c8f8504a2bd5/view)
 
Place of Performance
Address: Philadelphia, PA, USA
Country: USA
 
Record
SN07545924-F 20250813/250811230050 (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.