MODIFICATION
84 -- HAT, SUN ,HOT WEATHER, DESERT CAMOUFLAGE, TYPE II
- Notice Date
- 10/10/2002
- Notice Type
- Modification
- Contracting Office
- Defense Logistics Agency, Logistics Operations, Defense Supply Center Philadelphia - Clothing & Textiles, 700 Robbins Avenue, Philadelphia, PA, 19111-5096
- ZIP Code
- 19111-5096
- Solicitation Number
- SP0100-02-R-0043
- Response Due
- 10/25/2002
- Archive Date
- 11/8/2002
- Point of Contact
- Sarah Swanljung, Contract Specialist, Phone 215-737-7018, Fax 215-737-5624, - Tom Hutchinson, Contracting Officer, Phone 215-737-2450, Fax 215-737-7255,
- E-Mail Address
-
paa9738@dscp.dla.mil, thutchinson@dscp.dla.mil
- Small Business Set-Aside
- Partial Small Business
- Description
- NSN: 8415-01-327-4827(s). ITEM: Hat, Sun, Hot Weather, Desert Camouflage, Type II. SPECIFICATION: MIL-H-44105B dated 04 March 1992. PATTERN DATE: 25 April 1995. A web-based system for offerors to request specs, patterns, drawings, etc. has been developed and can be accessed at the following web address: http://ct.dscp.dla.mil/Index.html. NOTE: The Hat is not a commercial item and shall be manufactured in accordance with the specification cited. Predominant material of manufacture is Cloth, Ctn/Nyl, Twill, Desert Camouflage (3-color pattern), Class 3 (MIL-C-44034D). The acquisition includes a base ordering term plus four option ordering terms. Acquisition quantity is MINIMUM/MAXIMUM - 100,080/300,000 each per term (500,400/1,500,000 each total). The Government intends to make one (1) award based upon an integrated assessment of technical factors and price resulting in the Best Value to the Government. The Government intends to solicit for an Indefinite Delivery Indefinite Quantity Type contract utilizing the Best Value concept requiring a Technical Proposal consisting of the following: (1) Product Demonstration Model - one PDM will be required, size 7; (2) Past Performance; (3) Socioeconomic Consideration; (4) DLA Mentoring Business Agreement Plan; and (5) Javits-Wagner-O'Day Act Entity Proposal. DELIVERY: Up to 25,000 each per month commencing 120 days after date of award with a reduced leadtime of 90 days for follow-on delivery orders and a performance period running for twelve (12) months. All components/material in the fabrication of the Hat is to be manufactured in the United States and furnished by the successful offeror. Preference for Certain Domestic Commodities is applicable to this acquisition. Anticipated Solicitation Issuance Date is on/about 13 September 2002. See Numbered Notes 9 and 26. Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations in paper form. Offeror should register to receive notification of this solicitation. Copies of this solicitation can be found on the DLA Procurement Gateway (Gateway) at http://progate.daps.mil/home (after 13 September 2002). From the Gateway home page, select -Search RFPs- from the left-hand sidebar. Then choose the RFP you wish to view. In addition, you can enter DSCP C&T FSCs and NSNs to receive notification of RFPs. The Gateway will send all registered users an e-mail notification of RFP solicitations based on your FSC and NSN profile. The NSN notification will contain a link that can connect users directly to a digital copy of the solicitation on the Internet. The solicitations will be in a downloadable, printable format when viewed with an Adobe Acrobat Reader. Free software is available at http://www.adobe.com/products/acrobat/readstep2.html. Gateway technical assistance is available at admin_support@pgmail.daps.mil. Modification 01 to this synopsis is hereby issued to make the following changes: The technical proposal will consist of Industrial Mobilization / Surge in addition to the five (5) factors listed above (See Amendment 0001 to Solicitation SP0100-02-R-0043). The total acquisition quantity is being increased from a minimum/maximum quantity of 100,080/300,000 each per ordering term (base plus four option terms) to 100,080/480,000 each per ordering term (base plus four option terms). Two awards will be made, each for 50% of the total acquisition quantity, i.e. minimum/maximum 50,040/240,000 each per award per ordering term (base plus four ordering terms). The first portion (50%) will be awarded as a Small Business Set-Aside. The second portion (50%) will be awarded on an Unrestricted Basis. No one firm shall receive more than one award. The solicitation closing date is being extended by ten (10) days from 15 October 2002 to 25 October 2002 (See Amendment 0002 to Solicitation SP0100-02-R-0043).
- Record
- SN00185938-W 20021012/021010213101 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |