Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2016 FBO #5227
MODIFICATION

84 -- ACU Nyco Coats and Trousers and ACU FR Coats and Trousers

Notice Date
3/14/2016
 
Notice Type
Modification/Amendment
 
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
SPE1C1-16-R-XXXX
 
Point of Contact
Andrew Chmielewski, Phone: 215.737.2434, Leighann Mazoki, Phone: 215-737-5608
 
E-Mail Address
Andrew.Chmielewski@dla.mil, Leighann.Mazoki@dla.mil
(Andrew.Chmielewski@dla.mil, Leighann.Mazoki@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The subject Pre-solicitation notice is a change to the pre-solicitation notice that was published here: https://www.fbo.gov/spg/DLA/J3/DSCP-C/SPE1C115RXXXX/listing.html DLA Troop Support anticipates that two solicitations will be issues as follows: Solicitation 1: NYCO Solicitation only, the solicitation will consist of three lots: The quantities and set-aside types are as follows by Lot: Lot 0001 - Small Business Set-Aside Army Combat Uniform (ACU) Coats, Type I, Class 2 Term Min AEQ AOLQ Base Year 90,000 120,000 150,000 Option Year 1 90,000 120,000 150,000 Option Year 2 90,000 120,000 150,000 Option Year 3 90,000 120,000 150,000 Option Year 4 90,000 120,000 150,000 Army Combat Uniform (ACU) Trousers, Type I, Class 2 Term Min AEQ AOLQ Base Year 90,000 120,000 150,000 Option Year 1 90,000 120,000 150,000 Option Year 2 90,000 120,000 150,000 Option Year 3 90,000 120,000 150,000 Option Year 4 90,000 120,000 150,000 Lot 0002 - Small Business Set-Aside Army Combat Uniform (ACU) Coats, Type I, Class 2 Term Min AEQ AOLQ Base Year 216,000 288,000 360,000 Option Year 1 216,000 288,000 360,000 Option Year 2 216,000 288,000 360,000 Option Year 3 216,000 288,000 360,000 Option Year 4 216,000 288,000 360,000 Lot 0003 - Small Business Set-Aside Army Combat Uniform (ACU) Trousers, Type I, Class 2 Term Min AEQ AOLQ Base Year 216,000 288,000 360,000 Option Year 1 216,000 288,000 360,000 Option Year 2 216,000 288,000 360,000 Option Year 3 216,000 288,000 360,000 Option Year 4 216,000 288,000 360,000 Solicitation 2: FR Solicitation only, the solicitation will consist of two lots: The quantities and set-aside types are as follows by Lot: Lot 0001 - Unrestricted Army Combat Uniform (ACU) Coats, Type III, Class 2 Term Min AEQ AOLQ Base Term (18 months) 100,000 250,000 400,000 Option Year 1 100,000 250,000 400,000 Lot 0002 - Small Business Set-Aside Army Combat Uniform (ACU) Trousers, Type III, Class 2 Term Min AEQ AOLQ Base Term (18 months) 100,000 250,000 400,000 Option Year 1 100,000 250,000 400,000 Coat, Army Combat Uniform (PGC 03976) shall be made in accordance with Type I, Style A, Class 2 of GL/PD 14-04A dated: 27 February 2015 Pattern: June 9, 2015 Trousers, Army Combat Uniform (PGC 03978) shall be made in accordance with Type I, Style A, Class 2 of GL/PD 14-05A dated: 27 February 2015 Pattern Date: June 9, 2015 Coat, Army Combat Uniform (PGC 03818) shall be made in accordance with Type III, Style A, Class 2 of GL/PD 14-04A dated: 27 February 2015 Pattern: June 9, 2015 Trousers, Army Combat Uniform (PGC 03819) shall be made in accordance with Type III, Style A, Class 2 of GL/PD 14-05A dated: 27 February 2015 Pattern Date: June 9, 2015 --------------------------------------------------------------------------------------------------------------------- The solicitation numbers are still pending; notices will be posted to FedBizOpps once they have been established. ------------------------------------------------------------------------------------------------------------------ The Government intends to make three awards from the NYCO solicitation and two (2) awards on the FR solicitation, based upon on integrated assessment of technical factors, and price resulting in the best value to the Government. However the Government reserves the right to make awards of multiple lots to the same awardee if it is deemed in the Governments best interest. This proposed buy will result in a negotiated Indefinite Delivery Type for the quantities previously indicated. An acquisition utilizing Best Value/Source Selection procedures is anticipated for the purchase of the above items. The proposed contracts will be solicited and set aside as indicated previously in this notification. A technical proposal will be required with the following factors being evaluated: 1. Experience/Past Performance 2. Product Demonstration Model (Size M-R) NSN's that will be procured under the listed requirements will be available in the solicitation once it is released. The below is regarding all of the above Solicitations/lots: If a pattern/specification is needed, a request should be placed via the electronic spec/pattern ordering system DLA Troop Support has developed a web-based system that allows manufacturers the ability to request specification, patterns and drawings on our contracting page: http://www.dla.mil/TroopSupport/ClothingandTextiles/SpecRequest.aspx Should the site not be functional, or if there any questions regarding electronic specs/patterns, please email the following: TrpSptC&T-TDR@dla.mil And/Or TrpSptC&T-Patterns@dla.mil Please DO NOT contract the Contract Specialist and/or the Contracting Officer to request specifications or patterns. Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form. Solicitation will be posted at the following web-site: https://www.dibbs.bsm.dla.mil/ on or about March 31, 2016. 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). Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer/acquisition specialist their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. 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. DFARS clause 252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2008) DFARS) applies. Clause: 52.215-9003 Clause 52.215-9003 Use of Past Performance Information Retrieval System - Statistical Reporting (PPIRS-SR) Information in Past Performance Evaluation will be included in subject solicitation Regarding the Experience/Past Performance Evaluation factor please reference Clause 52.215-9003 Use of Past Performance Information Retrieval System - Statistical Reporting (PPIRS-SR) Information in Past Performance Evaluation. USE OF PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM - STATISTICAL REPORTING (PPIRS-SR) INFORMATION IN PAST PERFORMANCE EVALUATION (APR 2014) (a) General. (1) Past performance is an indicator of a Contractor's ability to perform satisfactorily on future awards. (2) When used in best value source selections, past performance information will be evaluated based upon the currency and relevancy of past performance information in order to reach a confidence assessment for each offeror from which offers were received. (3) The Defense Logistics Agency (DLA) will evaluate offerors' past performance, which may include, but is not limited to, their record of conforming to specifications, conformance to the standards of good workmanship, adherence to contract schedules, and commitment to customer satisfaction. (b) Past Performance Information Retrieval System - Statistical Reporting (PPIRS-SR), authorized by the Department of Defense for use by participating activities during the acquisition of supplies and services may be used in evaluating contractor past performance. (c) PPIRS-SR classifications are established for each supplier and can be reviewed at http://www.ppirs.gov/. Contractors are granted access to PPIRS-SR for their own classifications. Offerors are encouraged to review their own classifications as well as the PPIRS-SR reporting procedures and rating methodology detailed in the PPIRS-SR procedures manual and the PPIRS-SR user guide available at http://www.ppirs.gov. (1) PPIRS-SR classifications. Specific information as to how PPIRS-SR determines delivery and quality classifications can be found in the PPIRS Reference Material, specifically the "PPIRS-SR Evaluation Criteria" document on the PPIRS-SR Website at http://www.ppirs.gov/ppirsfiles/reference.htm. (2) Classifications are calculated based upon three years of data. (3) Data sources for PPIRS-SR information can be found in the PPIRS Reference Material, "PPIRS-SR Evaluation Criteria" document on the PPIRS-SR Website at http://www.ppirs.gov/ppirsfiles/reference.htm. (4) PPIRS-SR will make negative quality and delivery data reflected in the PPIRS-SR Classification available to contractors for review and challenge. This is accomplished within the PPIRS-SR system. (d) The following procedures will be followed when the Contracting Officer evaluates PPIRS-SR classifications: (1) The Contracting Officer may consider the volume of business on which the classification is based as a measure of confidence in the classification as an indication of performance risk. (2) Specifics as to how PPIRS-SR calculations are affected when there is no delivery or quality information provided by the source data bases can be found in the PPIRS Reference Material, specifically the "PPIRS-SR Evaluation Criteria" document on the PPIRS-SR Website at http://www.ppirs.gov/ppirsfiles/reference.htm. (3) In the case of a Contractor without a record of relevant past performance or for whom information on past performance is not available in the PPIRS-SR, the Contractor will be evaluated neither favorably nor unfavorably on past performance. (4) Contractor-caused discrepancies or delinquencies will be reflected in a contractor's past performance assessment. Repair, replacement or reimbursement of quality and packaging defects will not provide relief of negative DLA performance data. Contractor-caused delivery extensions, regardless of consideration paid, will be reflected in the delivery classification for contracts issued by DLA. (e) The Contracting Officer may collect and analyze other relevant information in addition to any past performance information derived from PPIRS-SR. (End of Provision) PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM - STATISTICAL REPORTING (PPIRS-SR) It is imperative that vendors validate their performance data in PPIRS-SR. Vendors must register at the PPIRS website https://www.ppirs.gov for access to view their past performance scores and negative delivery and quality records affecting the scores. The PPIRS-SR User's Manual provides information concerning vendor scoring, negative & positive performance data utilized to calculate vendor scores, and the process in which to challenge discrepant performance data. The PPIRS-SR User's Manual may be found at http://www.ppirs.gov/ppirsfiles/pdf/PPIRSSR_UserMan.pdf Questions concerning PPIRS-SR may be directed to the PPIRS Customer Support Desk at (207) 438-1690.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-C/SPE1C1-16-R-XXXX/listing.html)
 
Record
SN04050164-W 20160316/160314235429-6cab7cd3108fa55330087baa81a9b50e (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.