SOLICITATION NOTICE
84 -- Blouse, Woman's, TFU, Navy, Khaki Sh# 3729 - Item Descriptions - NSNs
- Notice Date
- 4/28/2016
- Notice Type
- Presolicitation
- 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-0098
- Archive Date
- 5/27/2016
- Point of Contact
- Charles Brown, Phone: 215-737-2450
- E-Mail Address
-
Charles.Brown3@dla.mil
(Charles.Brown3@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NSNs and UPCs for Blouse, Woman's, TFU, Navy, Khaki Sh # 3729 Item Descriptions for Blouse, Woman's, TFU, Navy, Khaki Sh # 3729 NOTE: ONLY DOMESTICALLY MANUFACTURED ITEMS WHICH ARE MADE FROM 100% DOMESTIC PRODUCTS ARE PERMITTED. This information is for solicitation SPE1C1-16-R-0098. This is for the purchase ofBLOUSE, WOMAN'S, TFU, NAVY, KHAKI SH# 3729. This will be an indefinite delivery type contract with a inimum quantity of 12,480 each for the base year of the proposed contract. The overall contract maximum quantity for the life of the contract inclusive of all option periods is 312,000 each. There will be up to four (4) 12 month option years that DLA Troop Support reserves the right to invoke three days prior to the expiration of each current term year of the contract. The acquisition will be set side for Small Businesses. The delivery orders are due 90 to 120 days after the issue date of the order. Source Selection criteria will be used for award evaluation purposes. Technical Merit is significantly more important than price. Evaluation factors for award are the following: 1. Product Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form. 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 SYSTEM FOR AWARD MANAGEMENT (SAM) 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) 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 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 The Government has recently changed its procedures regarding Government Furnished Material (GFM). GFM will no longer be provided to Contractors that are awarded contracts for end item dress clothing contracts. The Government will still make available to the Contractor, for use in connection with and under the terms of this contract, the material set forth below, and the Contractor shall utilize such materials in the furnishing of supplies hereunder. All other types of materials required in the performance of this contract shall be furnished by the Contractor. Type of Material: Cloth, Poly/Wool, Tropical, Washable, Khaki, Shade # 3729 Estimated Price of Cloth: Base Year Unit Price = $13.67 Option Year 1 Unit Price = $13.94 Option Year 2 Unit Price = $14.22 Option Year 3 Unit Price = $14.51 Option Year 4 Unit Price = $14.80 It is now the responsibility of the Contractor to purchase the material listed above from DLA Troop Support as needed. The Government shall be the sole source of the supply of the materials listed above and only such material obtained from the Government under this contract may be used in the performance of this contract. The material will be priced at the current DLA Troop Support contract price for the material being purchased with an additional 2% inflation added on for each option year. The material price will be listed in the solicitation and the Contractor is required to submit pricing inclusive of the material price (CMT + Material price). The Contractor can purchase any amount of cloth desired that does not exceed 2% of the total yardage required to produce the item based on the Government BOM. In order not to affect planning and the purchase of cloth by the Government, unlimited quantities of cloth cannot be sold to the Contractor. In the event that the Contractor would like material in excessive quantities, defined as purchasing more than 2% of the total unit allowance determined by the Government BOM for that delivery order, the Contractor may submit a request for the excess material. Depending on fabric inventory levels, the Contracting Officer may, at his or her discretion, approve the request for some or all of the excessive quantities. The Contractor shall submit a properly executed DLA Troop Support Form, Prime Contractor's Request for the Purchase of Material, to the Contract Specialist. The procedure for requesting material has not changed. It is the responsibility of the Contractor to request the material in sufficient time to comply with the delivery schedule of the contract. The Government reserves the right to ship partial orders of material depending on the current available stock. The Contractor is not required to purchase the entire amount of material at one time that is required to complete the delivery order. The Contractor may purchase the entire amount of material required to complete the delivery at one time and schedule partial shipments for later dates. If the cloth required to complete a delivery order is purchased all at once, payment is due 180 days after the date of the sale. If smaller increments are purchased, payment is due 180 days from each incremental sale. The Government will not purchase extra fabric leftover after the end of a contract. Upon the delivery of end items, the Contractor will be paid the agreed upon unit price for the contract. It is the responsibility of the Contractor to pay the balance owed to the Government for the material as end items are shipped and payments are received. The Contractor will receive a bill from DFAS for the amount of the cloth purchased that will outline the procedures for payment. A copy of the bill must be submitted with every payment. The Contractor will only receive one bill and must make copies of it if incremental payments will be made. This ensures there is a copy of the bill linking every incremental payment made. The balance due for the purchase of the cloth must be paid within 180 days after the date of the bill for the purchase of the material. In the case that delivery schedules have been extended, the Government may extend the payment terms beyond 180 days. The Contractor will have a continuing balance owed to the Government for the material until end items are shipped and payments are received by the Contractor and made to the Government. In the case that a Contractor makes a late payment or no payment at all, a standard rate of interest will be charged to the Contractor's account which is determined by DFAS. Failure to make payment may also impact the placement of future delivery orders on this contract and will be considered as a part of any future assessment of past performance. Final payment on this contract will be withheld until all material is paid for. Note that once the sale is made for the cloth, the Contractor assumes all responsibility for the cloth including care and safety. BLOUSE, WOMAN'S, TFU, NAVY, KHAKI SH# 3729 are the core items that will be solicited. DLA Troop Support also reserves the right to add additional items and NSNs to the contract via clause 52.216-9006 ADDITION/DELETION OF ITEMS (AUG 2005) DLAD. Below are a list of the core NSNs that will be included in the upcoming solicitation for the universe of BLOUSE, WOMAN'S, TFU, NAVY, KHAKI SH# 3729. CORE NSNs: See Attachments for list of NSNs and Item Descriptions
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-C/SPE1C1-16-R-0098/listing.html)
- Place of Performance
- Address: PECKHAM VOCATIONAL INDUSTRIES, 5048 W GRAND RIVER AVE, Lansing, Michigan, 48906, United States
- Zip Code: 48906
- Zip Code: 48906
- Record
- SN04098554-W 20160430/160428234725-666fe6f63d13792b2299d85d425fe4bd (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 |