Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2023 SAM #7789
SOLICITATION NOTICE

84 -- Cloth, Poly/ Wool Serge, CG Shade 3362

Notice Date
3/24/2023 11:03:36 AM
 
Notice Type
Presolicitation
 
NAICS
313310 — Textile and Fabric Finishing Mills
 
Contracting Office
DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
 
ZIP Code
19111-5096
 
Solicitation Number
SPE1C123RCGCloth
 
Response Due
4/24/2023 8:59:00 AM
 
Point of Contact
terrance arter
 
E-Mail Address
terrance.arter@dla.mil
(terrance.arter@dla.mil)
 
Description
Solicitation Number: SPE1C1-23-R-CG-Cloth, Poly/ Wool Serge� Notice Type: Pre-solicitation Title: Cloth, Poly/ Wool Serge, CG Shade 3362 Subject solicitation will be issued as an Unrestricted procurement for the manufacture and delivery of the Cloth, Serge, Polyester/Wool, Coast Guard, Shade 3362. The applicable NSN is 8305-01-113-3451 and Product Group Code (PGC) is 17531. The cloth shall conform to the requirements of MIL-DTL-823M dated 2 September 2020. Standard sample is identified as piece number 9-310611 and is available for shade, finish, and colorfastness. Five 12-month price tiers will be included in the solicitation. Each price tier will have the same annual estimated and order limitation award quantities. The purchase quantity for each 12-month price tier is an Annual Estimated Quantity (AEQ) of 22,788 yards and an Annual Order Limitation Quantity (AOLQ) of 40,000yards. The Contract Minimum Quantity (MIN) of 15,000yards is the guaranteed minimum quantity for the entire resultant 60-month contract. The Contract Maximum Quantity (MAX) for the life of the resultant contract is 200,000 yards. The Production Lead Time (PLT) for the initial order inclusive of a First Article requirement of 2,000 yards is 330 days after contract award/delivery order issuance with subsequent delivery orders being 210 days. If First Article is required, it will be due 120 days after contract award/delivery order issuance. If the First Article Test (FAT) is waived then the delivery period is 210 days after contract award/delivery order issuance. Destination will be Peckham Inc. located in Lansing, MI. The applicable North American Industrial Classification System Code (NAICS) is 313310 � Textile and Fabric Finishing Mills. Small business size standards matched to industry NAICS codes are published by the Small Business Administration and are available at http://www.sba.gov/content/table-small-business-size-standards. Contractors must be registered with the System for Award Management (SAM) http://www.sam.gov to be eligible for an award. Representations and certifications must also be on record. The solicitation will result in a Firm Fixed Price contract with an Economic Price Adjustment (EPA) for wool only. The EPA will not exceed 10% and is applicable in the second to fifth price tier periods. Best Value Source Selection Procedures, specifically the Tradeoff Source Selection Process, will be used. Technical Merit carries more weight in the award evaluation process than price. Offerors will need to submit Past Performance and Socioeconomic Program Support. Subcontracting Plans from large businesses will need to be submitted in addition to Socioeconomic Program Support plans. All items used in the fabrication of the end item must be 100% U.S. made out of 100% U.S. materials and are to be furnished by the Contractor. The Government does not intend to use FAR Part 12 for this acquisition. 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 the DLA Internet Bill Board System (DIBBS) website https://www.dibbs.bsm.dla.mil and on the SAM.gov website as a contract opportunity. Proposals submitted in response to the solicitation must be submitted through DIBBS electronic upload. Detailed system requirements and instructions for registration and a job aid for vendors to submit an offer in response to a solicitation 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 DIBBS Home Page, click the VENDOR REGISTRATION link to begin the registration process. 2) In order to register for access to secure portions of the DLA DIBBS, the company you are representing must already be registered in the Central Contractor Registration (CCR) system at System for Award Management (SAM) https://www.sam.gov. 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 CCR 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 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 statues (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, patterns, and drawings on our contracting page. To request technical data for DLA Troop Support solicitations, use the following link to the DLA Troop Support Technical Repository area at http://www.dla.mil/TroopSupport/ClothingandTextiles/SpecRequest.aspx.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d8a7258558fd443ab69b6db86a214911/view)
 
Record
SN06630054-F 20230326/230324230115 (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.