Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 26, 2015 FBO #4842
SOLICITATION NOTICE

84 -- OVERALLS, CHEMICAL, JOINT PROTECTIVE AIR CREW ENSEMBLE (JPACE) in Sage (class 1), Universal Camouflage (class3) and Field Expedient Repair Kits (OFERK and LFERK)

Notice Date
2/24/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315210 — Cut and Sew Apparel Contractors
 
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
SPE1C114R0072
 
Archive Date
5/12/2015
 
Point of Contact
Jeff Fox, Phone: 215-737-6076, Pat Martin, Phone: 215-737-3980
 
E-Mail Address
Jeffrey.Fox@dla.mil, patricia.a.martin@dla.mil
(Jeffrey.Fox@dla.mil, patricia.a.martin@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
This proposed Fixed Price contract will be for the manufacture and delivery of the following: Spec : JPMP-PD-JPACE-01B (dated 23 April 2012). PATTERN DATE : 28 DECEMBER 2009 Items : COVERALLS, CHEMICAL, JOINT PROTECTIVE AIR CREW ENSEMBLE (JPACE) in Sage (class 1), Universal Camouflage (class3) and Field Expedient Repair Kits (OFERK and LFERK), in accordance with JPMP-PD-JPACE-01B (dated 23 April 2012). NSN : 8415-02-546-1842(s) Coveralls, Chemical, JPACE, TYPE I, CLASS I - Sage Green for Men PGC : 03585 No. of Sizes in Tariff: 27 Min: 28,200 AEQ: 45,120 AOLQ: 61,110 NSN: 8415-01-546-7901(s) Coveralls, Chemical, JPACE, TYPE I, CLASS I - Sage Green for Women PGC : 03586 No. of Sizes in Tariff: 21 Min: 1,800 AEQ: 2,880 AOLQ: 3,900 NSN : 8415-01-546-3131(s) Coveralls, Chemical, JPACE, TYPE I, CLASS 3 - Universal Camouflage for Men PGC : 03587 No. of Sizes in Tariff: 27 Min: 5,470 AEQ: 11,280 AOLQ: 18,800 NSN : 8415-01-546-8312(s) Coveralls, Chemical, JPACE, TYPE I, CLASS 3 - Universal Camouflage for Women PGC : 03588 No. of Sizes in Tariff: 21 Min: 350 AEQ: 720 AOLQ: 1,200 NSN : 8415-01-548-5253 Coveralls, Chemical, JPACE, OUTER SHELL FIELD EXPEDIENT REPAIR KIT PGC : 32823 No. of Sizes in Tariff: 1 Min: 24,000 AEQ: 48,000 AOLQ: 85,000 NSN : 8415-01-548-5252 Coveralls, Chemical, JPACE, LINING FIELD EXPEDIENT REPAIR KIT PGC : 32824 No. of Sizes in Tariff: 1 Min: 24,000 AEQ: 48,000 AOLQ: 85,000 FOB: DESTINATION Inspection/Acceptance: ORIGIN 3PL Destination : ALL PRICES ARE FOR FOB DESTINATION ONLY - 3PL Destination : DODAAC: UY0157 RIC: VSTG Name and Delivery Address: Peckham Inc. OCIE- North 5408 W. Grand River Ave. Bldg. B Lansing, MI 48906 Summary of Buy Quantities: Item PGC Min AEQ AOLQ Monthly Max Sage Men's 03585 28,200 45,120 61,110 Sage Women's 03586 1,800 2,880 3,900 UCP Men's 03587 5,470 11,280 18,800 UCP Women's 03588 350 720 1,200 35,820 60,000 85,000 8,000 Outershell Repair Kit 32823 24,000 48,000 85,000 8,000 Lining Field Repair Kit 32821 24,000 48,000 85,000 8,000 48,000 96,000 170,000 16,000 The quantities depicted above for each coverall are for planning purposes only and the government reserves the right to order any combination of coveralls to meet its total Contract Minimum and AOLQ (maximums). The same right applies to the Total Repair Kit Quantity Minimum and AOLQ (maximums). Given the technical complexities in manufacturing the subject items, offerors unwilling or unable to meet the stated monthly maximums of 8,000 coveralls and 8,000 of each repair kit may adjust their offer using the same percentage for all parameters. For instance, if a manufacturer is only capable of offering 4,000 coveralls per month they must stipulate that they are only willing to received award for 17,910 minimum, 30,000 AEQ, 42,500 AOLQ Coveralls and 12,000 minimum, 24,000 AEQ and 42,500 AOLQ repair kits. Best Value/source Selection procedures will be utilized. The evaluation factors for this acquisition are: 1) Product Demonstration Model (evaluated for visual and dimensional), 2) Past Performance Confidence Assessment, and 3) Small Business Support. If awarded a contract, sources will be required to submit production representative samples for a First Article Test prior to authorization to begin full-rate production, and additional first lot inspection prior to shipment. All costs associated with the manufacture of the PDM samples will be borne by the vendor. No alternate material will be allowed in the manufacture of the Product Demonstration Model (PDM). Instructions on obtaining the material will be provided by DLA Troop Support once the NDA is signed and returned by an interested party. NOTICE: These items contain technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C, Sec 2751, et seq) or the Export Administration Act of 1979 (Title 50, U.S.C. APP2401 et seq) as amended. Violations of these export laws are subject to severe criminal penalties. Dissemination is in accordance with provisions of DoD Directive 5230.24 and 5230.25. Distribution of technical data is authorized to Department of Defense and U.S. DoD Contractors only. Critical determination was made 12 February 2009. Other requests shall be referred to: Technical Director: Danielle Flemming, (703) 617-2411, danielle.fleming@usmc.mil Joint Program Manager - Individual Protection, 50 Tech Parkway, Suite 301, Stafford, VA, 22556. Any prospective interested offeror must sign and complete the "Non-Disclosure Agreement (NDA)" in order to receive a copy of JPM-PD-JPACE 01-B 23 April 2012 and associated patterns and Section C & D. The NDA will be included in the solicitation. This solicitation will remain open for 60 days. Interested parties shall submit in writing on company letterhead their desire to participate in this acquisition along with provided signed copy of the "Non-Disclosure Agreement" as soon as possible after date of issuance and offerors are encouraged to submit within 15 days of issuance. Upon receipt of expressed interest from each firm, the government will furnish copies of all required technical data including contact information for material supplier for the shell and liner fabrics. In addition, the US government will notify the supplier of shell and liner fabrics when each firm has submitted a signed "Non-disclosure Agreement" and authorize the material supplier to sell those fabrics to these firms, so that they can manufacture PDMs for this solicitation. All offerors MUST be registered in the System for Award Management (SAM) in order to be eligible to receive the technical information. TheNDA must be signed and returned to DLA Troop Support before any technical documents, patterns, and instructions to purchase materials for PDMs are provided to the interested party. A Non-Disclosure Agreement is required to be signed, dated, and returned to DLA Troop Support within 15 days of the posting of the solicitation. Please note that failure to provide the NDA within the required 15 days will result in an offeror not being considered for award under the subject solicitation. Point of contact below:. DLA Troop Support Attn: Jeffrey Fox, Acquisition Specialist, Bldg. 3B6028 JPACE - Non-Disclosure Agreement Request 700 Robbins Ave Philadelphia, PA 19111-5096 Or email the request to: Jeffrey.fox@dla.mil DLA Troop Support Attn: Patricia Martin, Contracting Officer, Bldg. 3B2227 JPACE - Non-Disclosure Agreement Request 700 Robbins Ave Philadelphia, PA 19111-5096 Or email the request to: patricia.a.martin@dla.mil All responsible parties not interested in this solicitation but interested in becoming a certified cut & sew producer for JPACE and Field Expedient Repair Kits future acquisitions shall submit an official request for consideration on company letterhead to the DLA point of contact indicated below within sixty (60) days of the posting of this announcement. DLA Troop Support Attn: Jeffrey Fox, Acquisition Specialist, Bldg. 3B6028 JPACE - Certification Request 700 Robbins Ave Philadelphia, PA 19111-5096 Or email the request, with subject line: JPACE Certification Request, to: patricia.a.martin@dla.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-C/SPE1C114R0072/listing.html)
 
Place of Performance
Address: DLA Troop Support - Philadelphia, 700 Robbins Ave, Philadelphia, Pennsylvania, 19111, United States
Zip Code: 19111
 
Record
SN03650025-W 20150226/150224235031-8eb8966ea4eaa37eb03a326fcd7daee5 (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.