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 -- USMC Main Pack Liner

Notice Date
3/24/2023 6:02:23 AM
 
Notice Type
Presolicitation
 
Contracting Office
DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
 
ZIP Code
19111-5096
 
Solicitation Number
SPE1C123QTBD
 
Response Due
3/22/2023 12:00:00 AM
 
Archive Date
04/05/2023
 
Point of Contact
Questions regarding this solicitation should be emailed to the buyer listed in block 5 of the solicitation document which can be found under the Additional Information link. If the Additional Information link does not work, please go to https://www.dibbs.bsm.dla.mil/Solicitations/ and type the solicitation number in the Global Search box., Jessica Reilly
 
E-Mail Address
Casandra.rogers@dla.mil, jessica.reilly@dla.mil
(Casandra.rogers@dla.mil, jessica.reilly@dla.mil)
 
Description
The subject Defense Logistics Agency Troop Support (DLA-TS) procurement is for United States Marine Corps (USMC) Main Pack Liner. Manufacturing of the USMC Main Pack Liner shall be in accordance with Purchase Description GL/PD 13-02 dated 9 October 2013 and change letter dated 7 February 2014. DLA Troop Support anticipates issuing a solicitation for the referenced item and then award a firm-fixed price, indefinite delivery, indefinite quantity type contract. Description: Main Pack Liner NSN: 8465-01-613-1251 Quantities: Guaranteed Minimum: 1,260 units Annual Estimated Quantity: 5,040 units Maximum Quantity: 6,300 units NOTE: �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 possession or Puerto Rico, unless one of the DFARS 225.7002-2 exceptions applies. Purchase Description: GL/PD 13-02 dated 9 October 2013 and change letter dated 7 February 2014.. The Unit of Issue is Each. The quantities listed above are estimates and may change at time of solicitation based on changes in demand and supply position. All responsible sources may submit a proposal, which shall be considered by the Agency.� The Government will make award to the responsible offeror(s) whose offer conforms to the solicitation and is most advantageous to the Government, cost or price. The Government will award a contract only to concerns whose tenchnical proposals establish that they can meet the requirements of the Government. The Monthly Maximum Production capability is 3,000 units a month. The solicitation will be open for 30 days where a company�s price proposal will need to be submitted to the DLA Bid Office. First Article Requirement will be required for this procurement and will be due 90 days after�date of award. The first delivery will be due 240 days after the date of award. 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 240 days and 120 days for subsequent orders. 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. The source selection for this acquisition of the USMC Pack Liner Main shall be based on Price, 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 proposals meeting all the terms and conditions of the solicitation and determined to be fair, reasonable, and Responsible. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dc02c8cf5e404109abffe414ed09e773/view)
 
Record
SN06630057-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.