Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2011 FBO #3584
MODIFICATION

84 -- Waterproof Liner, Tan (MOLLE)

Notice Date
9/15/2011
 
Notice Type
Modification/Amendment
 
NAICS
314911 — Textile Bag Mills
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Clothing & Textiles, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
 
ZIP Code
19111-5096
 
Solicitation Number
SPM1C1-11-R-0123
 
Point of Contact
Marybeth Naimoli, Phone: 2157375731, Maria Del C, Aguayo, Phone: 215-737-5701
 
E-Mail Address
marybeth.naimoli@dla.mil, Maria.Aguayo@dla.mil
(marybeth.naimoli@dla.mil, Maria.Aguayo@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
This procurement is for the manufacture and delivery of the Waterproof Liner, Tan, component of the Modular Lightweight Load Carrying Equipment (MOLLE); NSN: 8465-01-591-7521. Manufacturing of the liner shall be in accordance with GL/PD 10-03 dated 15 Nov 2010. Production Lead Time is 120 days after date of award for initial and subsequent orders. Deliveries will be made to DLA Depot Tracy, CA and DLA Depot New Cumberland, PA. This will be an Indefinite Delivery Type Contract (IDTC) with guaranteed minimum and annual order limitation quantities as identified below. Term Period Guaranteed Min Qty Annual Estimated Qty Annual Order Limitation Qty Base Period 22,312 89,250 111,562 First Term Option 21,000 84,000 105,000 Second Term Option 21,000 84,000 105,000 Please note that the above listed Guaranteed Minimum Quantities, Annual Estimated Quantities, and Annual Order Limitation Quantities have been adjusted. This acquisition will be issued as a Total Small Business Set Aside with Best Value, Lowest Price Technically Acceptable (LPTA) procedures utilized in accordance with the new Department of Defense Source Selection Procedures effective July 1, 2011. The Government will make an award to the offeror who represents the Lowest Price Technically Acceptable offer meting the minimum requirements identified in the solicitation. Evaluation factors for this acquisition are as follows: I - Technical – Product Demonstration Models (PDMs) A. Visual Requirements B. Dimensional Requirements C. End Item Physical Testing II – Past Performance To be technically acceptable an offeror must submit PDMs that meet ALL tests identified below: * Visual in accordance with Table IV of GL/PD 10-03 dated 15 Nov 2010 * Dimensional in accordance with Table V of GL/PD 10-03 dated 15 Nov 2010 * End Item Physical Testing in accordance with Note 3 of Drawing 2-3-0592 In addition offerors must submit Past Performance information that is considered Recent and Relevant to the products outlined in the solicitation requirements. “Recent” is defined as all pertinent information within two (2) years of this solicitation’s closing date. Offerors will also be evaluated in terms of how well the contractor performed on past contracts. In addition, clause 52.215-9023 Reverse Auction (Oct 2009) DLAD, will be incorporated into the solicitation as a price negotiation tool. All materials will be furnished by the awardee. All responsible sources may submit a response, which, if timely received, must be considered by the agency. 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/. 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 Central Contractor Registration (CCR) system. 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 CCR 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), 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. DSCP 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 DSCP Clothing and Textiles (DSCP C&T) solicitations, use the following link to the DSCP C&T Technical Data Repository area at http://www.dscp.dla.mil/Portal/sreqfrm.aspx AND https://assist.daps.dla.mil/quicksearch/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-C/SPM1C1-11-R-0123/listing.html)
 
Record
SN02578202-W 20110917/110915235755-1f21431ae0a0e3befc6316ce09ca3e7b (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.