Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 11, 2019 SAM #6586
SOLICITATION NOTICE

13 -- Three (3) Point Sling (Black)

Notice Date
12/9/2019 12:26:28 PM
 
Notice Type
Presolicitation
 
NAICS
315990 — Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
DLA TROOP SUPPORT PHILADELPHIA PA 19111 USA
 
ZIP Code
19111
 
Solicitation Number
SPE1C1-20-R-0030
 
Archive Date
12/31/2019
 
Point of Contact
JENNIFER SCARPELLO215-737-3164, Phone: 215-737-3164, Catherine Dillon , Phone: 215-737-2497
 
E-Mail Address
JENNIFER.SCARPELLO@DLA.MIL, Catherine.Dillon@dla.mil
(JENNIFER.SCARPELLO@DLA.MIL, Catherine.Dillon@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The subject Defense Logistics Agency Troop Support (DLA-TS) procurement is for 3-Point Sling. Manufacturing of the 3- Point Sling shall be made in accordance with the Salient Physical, Functional & Performance Characteristics provided within this Pre-Solicitation Notice. A solicitation for an Indefinite Delivery, Indefinite Quantity, Firm Fixed Price contract that will have a three (3) year ordering period. This solicitation features a pricing structure which requires the offeror to provide an offered price for each of the three (3) 12-month tier periods. Item: 3-Point Sling (Black)NSN: 8465-01-524-8847Unit of Issue: EachFOB Point: DestinationInspection and Acceptance Point: OriginVariance: +2.0% or -2.0%Pricing: Firm Fixed PriceThe Government intends to make one award. The contract shall be for a term of 36 months, with three (3) separate pricing tiers. Each tier shall be for a 12-month period. Tier one (1) will have a performance period from the date of award through 364 days thereafter (day 1 through day 365). Tier two (2) will have a performance period immediately following tier one (1) through 364 days thereafter (day 366 through 730). Tier three (3) will have a performance period immediately following tier two (2) through 364 days thereafter (day 731 through 1,095).The guaranteed minimum quantity is 15,000 3-Point Slings. The Government will be obligated to order this quantity prior to the final expiration of any resultant contract.The annual estimated quantity is 23,000 3-Point Slings. This is the Government's best faith estimate of the quantities to be ordered within each tier period. This is based on the forecasted demand provided by the customer for this item. This does not obligate the Government to order any specific quantity and is provided only for informational purposes.The maximum quantity is 70,000 3-Point Slings. The Government is not obligated to order this quantity; however, the Government has the legal right to order up to this quantity prior to the final expiration of any resultant contract.The quantities provided above are estimates and may change at time of solicitation based on changes in demand and supply position.The offeror is required to submit a unit price for each tier period (first, second and third).All responsible sources may submit a proposal, which shall be considered by the Agency. The estimated release date of the solicitation is January 2020.This is a 100% Small Business Set-Aside acquisition under NAICS code 315990. The solicitation will be open for 30 days.The source selection process for this acquisition of the 3-Point Sling shall be the Lowest Price Technically Acceptable (LPTA) in accordance with FAR 15.101-2. The Government will issue an award on the basis of the lowest evaluated price of proposal meeting or exceeding the acceptability standard for non-cost factors is as follows: 1) Product Demonstration Models.The government will make award to the responsible offeror(s) whose offer conforms with the solicitation and is most advantageous to the government, cost or price, and other evaluation factors considered. The government will award a contract only to concerns whose technical proposals establish that they can meet the requirements of the government. For this solicitation, all evaluation factors other than cost or price, when combined, are -[X] Minimum requirements (Technical and/or past Performance) acceptability (Lowest Price Technically Acceptable)The Technical Factor is planned as follows: Product Demonstration Models (PDMs) - 3 Samples Visual Dimensional Fit Test Physical Performance TestsNOTE: PDMs are evaluated on an Acceptable/Unacceptable Basis. Any sub-factor failure or unacceptable results in a PDM Failure. The PDM sample will be used as a “Manufacturing Standard”, therefore, a first article requirement is not included on the solicitation.The Destination for all deliveries will be Austin, TX, Lansing, MI and Pendergrass, GA. Deliveries will be FOB destination with a production lead time of 90 days and 90 days for subsequent orders.TECHNICAL DATA:Salient Physical, Functional & Performance Characteristics: Compatible with M16A2 Rifle, M-4 Carbine, M164A Rifle and the Joint Service Combat Shotgun Long enough to suspend the weapon across the body (back and front) when carried by military ground forces Versatile enough to be shortened as needed for normal weapons carry when not in a tactical posture Capable to be used ambidextrously The sling system is 1-1/2 wide webbing composed of polypropylene and nylon based materials with a breaking strength of 3,000 lbs. per square inch or greater One 1-1/2” wide side-release buckle shall allow for quick release of the weapon from the body, one 1” wide side-release buckle, tri glides, and loops (all hardware) are made of nylon Two keepers (5” X 1” webbing with 1” tri glide that attaches the sling to the sling mounts on the weapon and one extra-long keeper (9“ X 1”) are made of the very same sling material and nylon hardware described above The flexible swivels come in three sizes, 13-1/2”, 15-1/4”, and 18-3/4”. The flexible swivels are made of the same sling material. The flexible swivels are constructed to be round as opposed to flat to provide more versatility and flexibility on weapon sling mounts. The flexible swivel attaches to the front weapons mount only (except for M-4 Carbine type weapons with collapsible stocks). The 13-1/2” is used for the front mount and the 18-3/4” for the rear stock. The flexible swivel has a 550 lbs. per square inch breaking strength. One super cord with triangular grommet and cord lock is required The rear stock attachment is 1” wide sling material with a triangular grommet. The triangular grommet serves as the rear sling attachment for most commercial, full stock rifles NOTE: The National Molding/Mojave Streamline 40mm & 25mm side-release buckles have been found acceptable in the past for the 1-1/2” and 1” wide side-release buckles respectively as identified in line number 6 above. 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).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 SAM 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), 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. The item must be 100% USA manufactured with 100% USA materials.DLA Troop Support 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 DLA Troop Support Clothing and Textiles solicitations, use the following link to the DLA Troop Support Clothing and Textiles Technical Data Repository area at http://www.dla.mil/TroopSupport/ClothingandTextiles/SpecRequest.aspx
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ba0039ba1a204d3495fe40c14b9274d1/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05512066-F 20191211/191209230249 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.