SOLICITATION NOTICE
84 -- Beret, Wool, Various
- Notice Date
- 8/21/2025 10:49:11 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 315210
— Cut and Sew Apparel Contractors
- Contracting Office
- DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
- ZIP Code
- 19111-5096
- Solicitation Number
- SPE1C125R0098
- Response Due
- 9/2/2025 12:00:00 PM
- Archive Date
- 09/03/2025
- Point of Contact
- SYERITA M. AVANT, Phone: 445-737-8021, Sorina Tanczos, Phone: 4457373666
- E-Mail Address
-
SYERITA.AVANT@DLA.MIL, sorina.prian-tanczos@dla.mil
(SYERITA.AVANT@DLA.MIL, sorina.prian-tanczos@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- ITEM: BERET, VARIOUS Specification/PD: A-A-55184A, dated April 12, 2020. RFP SPE1C1-25-R-0098 will be utilized for the purchase of Beret, Wool, Various. A Solicitation is being issued for the purchase of the Beret, Wool, Various. This information is for solicitation SPE1C1-25-R-0098. The items are as follows: ITEM ITEM DESCRIPTION/ NSN / PGC ANNUAL ESTIMATED QUANTITY 0001 Beret, Wool, Army, Lined/ 8405-01-497-6397/ 02778 631 0002 Beret, Wool, Army, Rifle Green 8405-00-082-5640/ 00320 386 0003* Beret, Wool, Army, Black, with Flashes / 8405-01-103-1351 / 01724 121,991 0004 Beret, Army, Sierra Brown/ 8405-01-672-7793 / 00096 148 0005 Beret, Wool, AF, Blue/ 8405-01-454-0134 / 02444 454 0006 Beret, Wool, Army Gray, JROTC/ 8405-01-600-4096/ 03844 39,510 0007 Beret, Wool, Army, Maroon/ 8405-01-105-0413 / 01744 6,098 0008 Beret, Wool, AF Maroon / 8405-00-852-6949 / 00319 52 0009 Beret, Wool, AF, Scarlet / 8405-01-089-0141 /01723 94 0010 Beret, Wool, AF, White / 8405-01-252-5461 / 02011 649 0011 Beret, Wool, AF, Blue, Enlisted/ 8405-01-453-8218 / 02445 3,201 0012 Beret, Wool, Army, Tan / 8405-01-483-9859 / 02701 186 * Item 0003: This is a Non-GFM item, and utilizes �Beret, Flash�, NSN 8455-01-480-4556 The Solicitation for the purchase of the Beret, Wool, Various will result with the intent of the Government to award one (1) contract. The RFP and proposed contract will be issued as 100% Small Business Set-Aside. Only small business firms may submit offers for this acquisition. The Small Business Set-Aside will result in one (1) firm fixed price contract in accordance with FAR Part 12, Acquisition of Commercial Items. The resultant contract will be an award of a 60-month contract consisting of five (5) 12-month price tier periods. Each tier shall be for a 12-month period. This proposed buy will result in a firm fixed price, Indefinite Delivery � Indefinite Quantity Type Contract. This acquisition is a 60-month contract consisting of five (5) 12-month price tier periods. The quantities will be as follows: Quantity Total Acquisition: Contract Guaranteed Min: 69,360 each combined Annual Estimated Quantity: 173,400 each per tier combined Contract Maximum: 1,213,800 each all tiers combined This proposed buy will result with the intent of the Government to award one (1) Indefinite Delivery, Indefinite Quantity (IDIQ) Type Contract. Best Value / Trade Off / Source Selection Procedures will be utilized in making the proposed award(s), and as a result, Technical Proposals are required. Past Performance and Technical, when combined, are more important than cost or price. Evaluation factors are as follows in descending order of importance: Past Performance/Performance Confidence Assessment and Product Demonstration Model (PDM) in accordance with A-A-55184A, dated 21 April 2020, Pattern Date: 25 March 2025 Evaluation of the PDMs will effectively indicate the contractor�s comprehension of the item�s technical requirements and their ability to manufacture the items in accordance with the Purchase Description. For this solicitation, alternate materials will be permitted. To ensure that the contractor can manufacture the item, the specified materials outlined in Purchase Description A-A-55184A, dated: 21 April 2020, must be used. Offerors will be required to submit a one (1) size 7 Product Demonstration Models (PDMs) from each proposed place of performance; a history of their experience/past performance record from the period three years prior to the solicitation closing date. PDMs must be submitted with offers and will be evaluated for conformance to the specifications. Under the initial delivery order there will be three (3) monthly deliveries that will be required starting 150 days after award with subsequent orders due in 90 days. The delivery destination for these items is Travis Association for the Blind located in Austin, TX 78744 and Pendergrass Distribution Center located in Pendergrass, GA 30567. Source Selection criteria will be used for award evaluation purposes in accordance with FAR 15.101-1. For award evaluation purposes technical merit is more important than price. Evaluation Factors for award are Past Performance Confidence Assessment, Product Demonstration Models (PDM) and Proposed Price in that order. The Government intends to use FAR Part 12 for this acquisition. All items must be 100% U.S. Made out of 100% U.S. Materials. The first Delivery Order is due to begin 150 days after award with 30-day increments and 90 days lead time for subsequent delivery orders with 30-day increments. Acquisition is FOB Destination to Pendergrass Distribution Center, Pendergrass, GA and Travis Association for the Blind, August, TX. The Beret, Various will require Inspection and Acceptance at Origin. RFID is required at item, case and pallet as the items are in the Warfighter Recruit Bag. All materials/components shall be Berry Amendment compliant. All manufacturing shall be Berry Amendment compliant. The applicable North American Industrial Classification System Code (NAICS) is 315210 � Cut and Sew Apparel Contractors. Small business size standards matched to industry NAICS codes are published by the Small Business Administration and are available at http://www.sba.gov/content/table-small-business-size-standards. Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form. SPECIFICATION: A-A-55184A, dated 21 April, 2020. Specification will be included at time of solicitation as an attachment. Technical Data is included within Solicitation SPE1C1-25-R-0098. Specification and Tech Data are included as an attachment to the solicitation document in SAM.gov and DIBBS. Solicitation is posted concurrently on https://www.dibbs.bsm.dla.mil/Solicitations/. Detailed system requirements and instructions for registration can be found on the DLA DIBBS Home Page accessed on https://www.dibbs.bsm.dla.mil/default.aspx. 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.gov) website. 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 Solicitation is also posted in SAM.gov simultaneously with this synopsis. 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. DLA Troop Support has developed a web-based system that allows manufacturers the ability to request specifications, PATTERNS and drawings on our contracting page (if patterns and drawings are available). NOTICE TO DLA SUPPLIERS: 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 this solicitation, use the following link to the DLA Troop Support C&T Technical Data Repository area at: http://www.dla.mil/TroopSupport/ClothingandTextiles/SpecRequest.aspx Please ensure the following required fields are entered when submitting your request: Spec/Cid Number: A-A-55184A Spec/Cid Date: 21 April 2020 Pattern Date: 25 March 2025 Item Description: Beret, Wool, Various Solicitation Number: SPE1C1-25-R-0098 Upon submission of a technical data request, please notify the Contract Specialist, Sorina Tanczos, via e-mail at Sorina.Prian-Tanczos@dla.mil and the Contracting Officer Syerita Avant via e-mail at Syerita.Avant@dla.mil. Contracting Office Address: 700 Robbins Avenue Philadelphia, Pennsylvania 19111-5096 Primary Point of Contact: Syerita Avant Contracting Officer Syerita.Avant@dla.mil Phone: (445) 737-8021 Secondary Point of Contact: Sorina Tanczos Contract Specialist Sorina.Prian-Tanczos@dla.mil Phone: (445) 737-3666
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9a056ed7573f4852a54d885094dd9e90/view)
- Place of Performance
- Address: Philadelphia, PA, USA
- Country: USA
- Country: USA
- Record
- SN07561979-F 20250823/250821230100 (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 |