SOURCES SOUGHT
84 -- Individual Equipment Items (FSC-8465) - Individual Equipment RFI Questionnaire
- Notice Date
- 12/31/2014
- Notice Type
- Sources Sought
- NAICS
- 314999
— All Other Miscellaneous Textile Product 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
- SPE1C1-15-R-INDV
- Point of Contact
- Joseph Szwec, Phone: 215-737-0321, Maria Del C, Aguayo, Phone: 215-737-5701
- E-Mail Address
-
Joseph.Szwec@dla.mil, Maria.Aguayo@dla.mil
(Joseph.Szwec@dla.mil, Maria.Aguayo@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Individual Equipment Requirements Spreadsheet Individual Equipment RFI Questionnaire and Requirements Spreadsheet DLA Troop Support is conducting market research on the item(s) listed below to determine what companies are interested and capable of providing the required item(s). For this reason, DLA Troop Support would appreciate interested companies to respond to this Request for Information (RFI) regarding these items on or before close of business, Friday, January 16, 2015. DLA Troop Support is exploring the possibility of issuing a solicitation for the referenced item(s) under a Three Year Tiered Pricing Direct Vendor Delivery, Quick Response Requirements contract. It should be noted that this inquiry, in no way, should be interpreted as a solicitation for offers. No information provided in response to this inquiry will be considered binding between the vendor and the Government. With these facts in mind, it is requested that you review the item(s) listed below and answer the questions on the attached pages. The answers you provide will remain confidential. Please return this survey to identified points of contact by close of business, Friday, January 16, 2015. NOTE: This is a MARKET RESEARCH SURVEY, NOT A REQUEST FOR A BID/PROPOSAL. Please review the following pages and provide a current market price. (Note, the proposed three year requirements contract shall provide tiered pricing for each year but for purposes of this Market Research, we are questing only one estimated price per each item which represents a current price.) Government Requirement: See Attached Spreadsheets Item Description: PGC/NSN: 3 Year Estimated Quantity (based on past 3 years purchases) PD/CID/Spec: NOTE: "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 possession or Puerto Rico, unless one of the DFARS 225.7002-2 exceptions applies. The quantities provided on spreadsheet are estimates and may change at time of solicitation based on changes in demand and supply position. The last page contains a spreadsheet with a lists of the items proposed for a requirements contract, their 3 year estimated quantities and their Cage Code and Part number specification. You are directed to please complete the price estimate column and the Production Lead Time column for each item. The column next to the provided Cage Code (contractor) and Part Number for the item is also a requested "fill-in" for your response. This column allows you to confirm or correct the identified Cage Code as the Original Equipment Manufacturer. If the current Cage Code and Part Number is correct, please respond with a "YES", if not, please provide the OEM Cage Code and Part Number. (Note; the Government is in the process of confirming the specification but would appreciate your assistance.) Delivery Destinations: All within the Continental United States. Actual destinations would be provided on the actual delivery order placed on the proposed requirements contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-C/SPE1C1-15-R-INDV/listing.html)
- Record
- SN03607369-W 20150102/141231234120-a3f47a819f1f0e5c5d005c35f9f2935a (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 |