Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 15, 2023 SAM #7778
SOLICITATION NOTICE

84 -- NWU Coats/Trousers/Maternity

Notice Date
3/13/2023 6:11:40 AM
 
Notice Type
Presolicitation
 
NAICS
315210 — Cut and Sew Apparel Contractors
 
Contracting Office
DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
 
ZIP Code
19111-5096
 
Solicitation Number
SPE1C1-23-R-0030
 
Archive Date
04/30/2023
 
Point of Contact
Michael Baron, Evan Eisenberg
 
E-Mail Address
michael.baron@dla.mil, Evan.Eisenberg@dla.mil
(michael.baron@dla.mil, Evan.Eisenberg@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
03/13/2023 - The following changes are made to the original posting. The solicitation has NOT yet been issued. 1) The NWU Coat Type II and NWU Trouser Type II are removed from the acquisition and anticipated PDM requirements 2) The anticipated 5-year Minimum for each item, each Lot has been revised - See attached Revised Lot Structure 3) The anticipated monthly maximms for each item, each Lot has been added - See attached Revised Lot Structure The original posting follows: This is a pre-solicitation notice, NOT a solicitation. The solicitation has NOT yet been issued. Solicitation Number: SPE1C1-23-R-0030 This requirement is for the following: Items: � � � � � � US Navy Working Uniform (NWU) Coat, Camouflage Pattern ����������� SPEC:� NCTRF PD 01-09F dated 12 July 2021, Type II (Desert) and Type III (Woodland) ����������� PGCs:� Type II 03606; Type III 03605;� ����������� PATTERN:� 03 October 2022 ����������� NSNs:� Type II: 8405-01-573-9279(s); Type III: 8405-01-574-0238(s) � � � � � � NWU Trousers, Camouflage Pattern ����������� SPEC:� NCTRF PD 02-09G dated 08 July 2021, Type II (Desert) and Type III (Woodland) ����������� PGCs:� Type II 03604: Type III: 03607 ����������� PATTERN:� 04 October 2022 ����������� NSNs:� Type II: 8405-01-573-7890(s); Type III: 8405-01-574-6039(s) � � � � � � NWU Maternity Blouse and Slacks, Woodland ����������� SPEC:� NCTRF PD 09-10E dated 27 July 2012, Type I, Class 3 (Blouse) and Type II, Class 3 (Slacks) ����������� PGCs:� Blouse 03739; Slacks 03741 ����������� PATTERN:� 09 December 2011 ����������� NSNs:� Blouse 8410-01-589-7607(s); Slacks 8410-01-589-6626(s) Destination: ����������� Lansing, MI � � � � � � FOB Destination Duration of the Contract Period: For each Lot, 5 years consisting of five consecutive 12-month price Tiers. Production Lead Time: 150 days initial, 120 days subsequent Lot Structure: � � � � � Lot 1 is a HUBZone small business Set-Aside, Lot 2 is a Small Business Set-Aside, and Lot 3 is an SDVOSB Set-Aside. An Auxiliary Lot 4 Small Business Set-Aside will be included, to be used only if Lot 3 cannot be awarded. See the attached Lot Structure for quantities. The government intends to make three awards under this solicitation, one for each lot. This solicitation will result in firm fixed price contract(s). This procurement will use the 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. The Government reserves the right to perform conversions to the various combat utility uniforms or any new combat utility uniforms with similar patterns and specifications, should the Government determine a need. Any conversion will be via modification and issued under the Changes Clause. The Solicitation will be posted on the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil/. Detailed system requirements and instructions for registration can be found on the DIBBS Home Page. Only electronic submission of proposals via DIBBS will be permitted. Potential offerors are strongly encouraged to register now and ensure they are prepared for the electronic submission process. Registration may take several weeks to complete. 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 and patterns 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. The following are the anticipated PDM requirements for the solicitation. As the solicitation has not yet been issued, the Government reserves the right to change the PDM requirements and does not incur any responsibility or obligation to offerors, manufacturers, or suppliers in providing these anticipated PDM requirements. Please withhold questions regarding PDMs and technical documents until the solicitation is posted � any such questions will not be answered until then. The anticipated Technical Data for the items is attached to this pre-solicitation but may be amended. Specifications and patterns may be requested through the portal provided above. Anticipated PDM requirements: Specifications and Patterns for each item are listed above. Each sewing facility proposed to manufacture the NWU Coat must produce and provide exactly one NWU Coat (Type II or Type III but not both). Each sewing facility proposed to manufacture the NWU Maternity Blouse must produce and provide exactly one Blouse. Each sewing facility proposed to manufacture the NWU Trouser must produce and provide exactly one Trouser (Type II or Type III but not both). Each sewing facility proposed to manufacture the NWU Maternity Slacks must produce and provide exactly one pair of Slacks. Neither common ownership, nor proximity of one proposed sewing facility to any other proposed sewing facility, alters this responsibility. All PDMs shall be size Medium Regular. Supplier Risk Performance System (SPRS) DLA is one of many agencies using the DoD Supplier Performance Risk System (SPRS). It is imperative that vendors validate their performance data in SPRS. Vendors must register at the website https://www.sprs.csd.disa.mil/ for access to view their past performance scores and negative delivery and quality records affecting the scores. The SPRS 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 SPRS site has a number of user manuals found at https://www.sprs.csd.disa.mil/reference.htm. DLA is just a member of SPRS, not the owner of the system, so if you have any access issues please contact the SPRS Customer Support Desk:� Phone: 207-438-1690 or email: webptsmh@navy.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/daa8f19a940e42038d987e1a30365780/view)
 
Record
SN06616666-F 20230315/230313230112 (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.