Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
SOLICITATION NOTICE

84 -- ACU MATERNITY/FEMALE

Notice Date
5/18/2017
 
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
SPE1C1-17-R-0097
 
Point of Contact
Joseph Parker, Phone: 2157375621, Leighann M Mazoki, Phone: 215-737-5608
 
E-Mail Address
joseph.parker@dla.mil, Leighann.Mazoki@dla.mil
(joseph.parker@dla.mil, Leighann.Mazoki@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a pre-solicitation notice, NOT a solicitation. The solicitation has NOT yet been issued. Solicitation Number: SPE1C1-17-R-0097 This requirement is for the following: Item: Army Combat Uniform (ACU), Operational Camouflage Pattern (OCP), Female Coat/Trousers Army Combat Uniform (ACU), Operational Camouflage Pattern (OCP), Maternity Coat/Slacks Specification: Coat, ACU, OCP, Female: GL_PD-14-04A-Style B PD_04B - Pattern Date: 9 June 2015 Trouser, ACU, OCP, Female: GL_PD-14-05A-Style B PD14-05B - Pattern Date: 9 June 2015 Coat, ACU, OCP, Maternity: GL_PD 16-02 dated 29 April 2016 Pattern Date: 25 March 2016 Slacks, ACU, OCP, Maternity: GL_PD 16-03 dated 29 April 2016 Pattern Date: 25 March 2016 Destination: Pendergrass, GA FOB Destination Unit of Issue: Coat: EACH (EA) - Trousers/Slacks PAIR (PR) Duration of the Contract Period: Base Year + 4 One-Year Options Below is quantity: LOT 1 ACU Female Coat Term Minimum Qty AEQ Maximum Qty Base Year 28,800 72,000 90,000 Option I 28,800 72,000 90,000 Option II 28,800 72,000 90,000 Option III 28,800 72,000 90,000 Option IV 28,800 72,000 90,000 ACU Female Trousers Term Minimum Qty AEQ Maximum Qty Base Year 28,800 72,000 90,000 Option I 28,800 72,000 90,000 Option II 28,800 72,000 90,000 Option III 28,800 72,000 90,000 Option IV 28,800 72,000 90,000 LOT 2 ACU Female Coat Term Minimum Qty AEQ Maximum Qty Base Year 28,800 72,000 90,000 Option I 28,800 72,000 90,000 Option II 28,800 72,000 90,000 Option III 28,800 72,000 90,000 Option IV 28,800 72,000 90,000 ACU Female Trousers Term Minimum Qty AEQ Maximum Qty Base Year 28,800 72,000 90,000 Option I 28,800 72,000 90,000 Option II 28,800 72,000 90,000 Option III 28,800 72,000 90,000 Option IV 28,800 72,000 90,000 ACU Maternity Coat Term Minimum Qty AEQ Maximum Qty Base Year 6,000 14,000 18,000 Option I 6,000 14,000 18,000 Option II 6,000 14,000 18,000 Option III 6,000 14,000 18,000 Option IV 6,000 14,000 18,000 ACU Maternity Slacks Term Minimum Qty AEQ Maximum Qty Base Year 6,000 14,000 18,000 Option I 6,000 14,000 18,000 Option II 6,000 14,000 18,000 Option III 6,000 14,000 18,000 Option IV 6,000 14,000 18,000 Production Lead Time: 120 days The solicitation will be set-aside for Small Business. Two awards will be made under this solicitation. This solicitation will result in firm fixed price contract. This procurement will be utilized using Best Value Trade Off method of source selection. Inspection and Acceptance is at Origin. All material used in the fabrication are to be furnished by the successful offeror. Technical and Non-Cost/Price Evaluation Factors (listed in descending order of importance): Product Demonstration Model (PDM) Past Performance - Performance Confidence Assessment •a. Recency •b. Relevancy •c. Quality of Production I. Quality of Products II. Delivery Performance Solicitation will be posted on the DLA DIBBS Home Page https://www.dibbs.bsm.dla.mil/. Detailed system requirements and instructions for registration can be found on the DLA DIBBS Home Page. 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. DLA Troop Support has developed a web-based system that allows manufacturers the ability to request specifications, patterns and drawings on our contracting page using the following link: 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 contact 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 on https://www.dibbs.bsm.dla.mil/ 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/SPE1C1-17-R-0097/listing.html)
 
Record
SN04513950-W 20170520/170518235650-710556ad0253e7bb2a8a5c4a8bca4025 (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.