SOLICITATION NOTICE
84 -- Self-Inflating Sleeping Mat
- Notice Date
- 11/6/2020 7:42:55 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
- SPE1C1-20-R-0000
- Response Due
- 12/28/2020 12:00:00 PM
- Archive Date
- 01/12/2021
- Point of Contact
- Catherine Dillon, Phone: 2157372497
- E-Mail Address
-
Catherine.Dillon@dla.mil
(Catherine.Dillon@dla.mil)
- Description
- UPDATE: Due to increased demand for this item, the solicitation will now include the following changes: The Government intends to make two (2) awards under this solicitation; however, the Government reserves the right to make one (1) award if the lowest priced technically acceptable offeror�s maximum monthly capacity meets or exceeds the Government�s needs of 12,000 mats per month. Offerors are caution that they must provide documentation to support its stated capacity with its proposal. This can include Government contracting or commercial experiences at the same or similar monthly rate you are stating you are capable of meeting within your proposal and it can be for the same, similar item, more complex item, or�an experience that requires similar or more complex processes than this item. This information will not be used as an evaluation factor for award but rather as part of the determination of responsibility for proposed awardees. �The contract award quantities will be determined as follows: If the lowest priced technically acceptable offeror can provide 12,000 mats or more per month, only one (1) award will be made. The award quantities will be: ��������������� Guaranteed Minimum Quantity: 21,625 each ��������������� Annual Estimated Quantity: 86,500 each ��������������� Maximum Quantity: 461,000 each If the lowest priced technically acceptable offeror cannot provide 12,000 mats or more per month but can provide 7,200 mats or more per month, two (2) awards will be made. The award made to the lowest priced technically acceptable offeror will include the following quantities: ��������������� Guaranteed Minimum Quantity: 12,975 each ��������������� Annual Estimated Quantity: 51,900 each ��������������� Maximum Quantity: 276,600 each The award made to the second lowest priced technically acceptable offeror who can provide 3,500 mats or more per month will include the following quantities: ��������������� Guaranteed Minimum Quantity: 8,650 each ��������������� Annual Estimated Quantity: 34,600 each ��������������� Maximum Quantity: 184,400 each While the information you provide to demonstrate your monthly capacity abilities will not be used as an evaluation factor for award it will be used as a determination of your responsibility in accordance with FAR 9.103 and 9.104. The estimated solicitation release date is now November 20, 2020. ------------------------------------------------------------------------------------------------------------------------------- NOTE: THE SOLICITATION NUMBER LISTED HEREIN IS A PLACE HOLDER!! THE SOLICITATION NUMBER WILL BE ASSIGNMENT WHEN THE SOLICITATION IS RELEASED TO THE DIBBS WEBSITE. NO PROPOSALS CAN BE SUBMITTED VIA BETA.SAM.GOV FOR THIS ACQUISITION. PLEASE SEARCH THE DIBBS WEBSITE BY THE NSN LISTED BELOW TO LOCATE THE SOLICITATION ON OR AFTER NOVEMBER 10, 2020. This acquisition is for the manufacture and delivery of the self-inflating sleeping mat (8465-01-393-6515) and is made in accordance with item description A-A-55074, dated August 11, 1992, and the interim changes that will be included in the solicitation. The solicitation will be issued as a 100% small business set aside (NAICS code: 314910 Textile Bag and Canvas Mills) and will result in one (1) award. The Government plans to have four (4) tier periods under any resultant contract. Tier one (1) will have a performance period from the date of award through 365 days thereafter (day 1 through day 364). Tier two (2) will have a performance period immediately following tier one (1) through 365 days thereafter (day 365 through 729). Tier three (3) will have a performance period immediately following tier two (2) through 365 days thereafter (day 730 through 1,094). Tier four (4) will have a performance period immediately following tier three (3) through 365 days thereafter (day 1,095 through 1,459). The quantities available under any resultant contract will be as follows: Guaranteed Minimum Quantity: 21,012 each Annual Estimated Quantity: 84,048 each Maximum Quantity: 420,240 each NOTE:� The Government will be obligated to order the guaranteed minimum quantity prior to the final expiration of any resultant contract. It is likely that the Government will procure this quantity at the time of contract award. The annual estimated quantity is the Government�s best faith estimate of the quantities to be ordered within each tier period/year. This is based on the current demand and the forecasted demand provided by the military customers for this item. This does not obligate the Government to order this quantity each year and is provided only for informational purposes. The Government is not obligated to order the maximum quantity listed above; however, the Government has the legal right to order up to this quantity prior to the final expiration of any resultant contract. The maximum monthly capacity will be 9,500 mats per month. The first delivery will be due 170 days after the issuance of contract award with all subsequent delivery orders having a leadtime of 90 days after issuance. Deliveries will be FOB destination with inspection and acceptance at the source. First article samples are required under this acquisition and will be due 45 days after the date of award. The government will have 35 days to furnish its review of the first article samples. The awardee will have 90 days from first article approval to make its first delivery. Deliveries will be made to Travis Association for the Blind (Austin, TX), Peckham Inc. (Lansing, MI), and Lion Vallen Industries (Pendergrass, GA). This acquisition will utilize a �lowest price technically acceptable� approach. An award will be made to the responsible offeror that offers the lowest price, that is determined to be fair and reasonable, and whose offer is determined to be technically acceptable in accordance with the solicitation. The non-cost/price factor will be product demonstration models (PDMs). Offerors will be required to submit three (3) PDMs as part of their proposals and the PDMs shall be received by the solicitation�s closing. The PDMs will be evaluated for the following sub-factors: 1) visual requirements, 2) dimensional requirements, 3) self-inflating requirements (paragraph 1.4.5 of A-A-55074), and 4) burst pressure requirements (paragraph 1.4.7 of A-A-55074).� All sub-factors will be considered of equal importance and will all be rated on an acceptable or unacceptable basis. An unacceptable rating in any sub-factor will result in an overall unacceptable rating. All material will be contractor furnished. All responsible sources may submit a proposal which will be considered for award by the Agency. The estimated release date is November 10, 2020. 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). 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 https://www.troopsupport.dla.mil/Portal/Authenticated/SpecReq.aspx.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c75b872496194013ae22d8c0775dc647/view)
- Record
- SN05848487-F 20201108/201106230146 (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 |