Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 16, 2020 SAM #6896
SOLICITATION NOTICE

84 -- USFS Personal Gear Pack

Notice Date
10/14/2020 6:08:20 AM
 
Notice Type
Presolicitation
 
NAICS
314910 — Textile Bag and Canvas Mills
 
Contracting Office
DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
 
ZIP Code
19111-5096
 
Solicitation Number
SPE1C1-21-R-0002
 
Response Due
11/30/2020 12:00:00 PM
 
Archive Date
12/02/2020
 
Point of Contact
JENNIFER SCARPELLO215-737-3164
 
E-Mail Address
JENNIFER.SCARPELLO@DLA.MIL
(JENNIFER.SCARPELLO@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 United States Forest Service (USFS) Personal Gear Pack.� Manufacturing of the USFS Personal Gear Pack shall be made in accordance with US Forest Service Specification 5100-215E Dated June 11, 2019 and Drawing MTDC-1103 Revision C Dated May 2019.� �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: USFS Personal Gear Pack NSN: 8465-01-647-6670 Unit of Issue: Each FOB Point: Destination Inspection and Acceptance Point: Origin Variance: +2.0%� or -2.0% Pricing: Firm Fixed Price NAICS Code: 314910; Business Size: 500 employees Interested offerors must submit pricing on an FOB Destination basis and provide pricing for all terms. Production lead time will be 210 days for initial delivery order and 120 days for subsequent orders. The Destination for all deliveries will be Tracy, CA. There is a First Article Requirement for this procurement.� Three (3) First Article Samples are due 90 days after date of award.� The samples will be evaluated that the samples were made in accordance to specification for visual, dimensional and use.� FAR Clause 52.209-4 will be included in the solicitation. The 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 625 units. The Government will be obligated to order this quantity prior to the final expiration of any resultant contract. The annual estimated quantity is 2,500 units. 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 9,375 units. 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 Late October 2020 under solicitation number SPE1C1-21-R-0002. This is a 100% Small Business Set-Aside acquisition under NAICS code 314910. �The solicitation will be open for 30 days. This item is 100% manufactured in the Unites States.� All components must be of domestic origin in compliance with clause 252.225-7012, Preference for Certain Domestic Commodities (DEC 2017). The source selection procedures for this acquisition of the three-point sling shall be lowest price technically acceptable in accordance with FAR 15.101-2. The government will make an award to the responsible offeror that offers the lowest priced technically acceptable offer. To be technically acceptable an offer must meet the minimum requirements of this solicitation and take no exception to any of the terms and conditions contained in the solicitation (and any amendment thereto) 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. 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/a6bbc1c443b9496898e42f991aa9466f/view)
 
Record
SN05827589-F 20201016/201014230141 (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.