Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
SOLICITATION NOTICE

83 -- Flag Items Requirements Contract - Exhibit A - Exhibit B

Notice Date
12/6/2017
 
Notice Type
Presolicitation
 
NAICS
#314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Philadelphia, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
 
ZIP Code
19111-5096
 
Solicitation Number
SPE1C1-18-R-0022
 
Point of Contact
Daniel Engelberg, Phone: 2157372596, Rachel Ganaway,, Phone: 215-737-3076
 
E-Mail Address
Daniel.Engelberg@dla.mil, rachel.ganaway@dla.mil
(Daniel.Engelberg@dla.mil, rachel.ganaway@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Add/Delete Clause NSN list Requirements Contract NSN list This is a pre-solicitation synopsis. The RFP, with information and specifications will be available on the DLA Internet Bulletin Board System (DIBBS) Home Page (see instructions below). The proposed acquisition is for the manufacture and distribution of Flag items under Federal Supply Class (FSC) 8345 under a Requirements Contract. The complete list of items and estimated quantities that will be used for this acquisition is enclosed as Exhibit A to this document. This procurement is intended to result in award of a Requirements Contract, with a one year base ordering period and four, one year exercisable option periods. Most Flag items under FSC 8345 in the Clothing & Textiles Directorate listed in the contract will be filled under this Requirements Contract. The procurement shall also contain DLAD clause L27 ADDITION AND DELETION OF ITEMS (AUG 2017) to allow the addition of other various flags listed under FSC 8345 if Rayon or an alternative were to become more readily available. This action would be processed via bilateral modifications without exceeding the estimated maximum value of the contract. The complete list of items that can be added via the add/delete clause for this acquisition is enclosed as Exhibit B to this document The Government intends to make a single award to the responsible offeror who meets all terms and conditions of the solicitation and submits the offer that is the overall best value to the Government. The solicitation will be issued on an FOB Destination basis in accordance with FAR 47.304-1(g)(5). Interested offerors must submit pricing on a fob destination basis and provide pricing for each line item for both base period and option years. The quantities are as follows: base year annual estimated quantity 292,316, base year maximum 365,395. Option years 1-4 annual estimated quantity 292,316, and maximum Option years 1-4 365,395 per year. This acquisition can consist of any combination of the attached NSNs not to exceed the AOLQ/Maximum per term of 365,395 EA. One Product Demonstration Model for each of NSNs (8345-00-543-6911, 8345-00-241-2242, 8345-00-151-6486, 8345-01-499-5049, 8345-00-935-0409, 8345-00-111-0342, and 8345-00-935-0519) will be required with submission of your bid. Production lead times for each item is listed in Exhibit A. Destination Arizona Depot. Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form. 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), 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. Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form. The solicitation will be posted on https://www.dibbs.bsm.dla.mil/. Detailed system requirements 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.Gov) 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 System for Award Management ( SAM.Gov) 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 of 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 CAGE through My Account (Account Maintenance).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-PB/SPE1C1-18-R-0022 /listing.html)
 
Record
SN04759248-W 20171208/171206231538-5b9a166f2d7a8ccd047c9a7390a5f320 (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  © 1994-2020, Loren Data Corp.