Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 08, 2023 SAM #7802
SOLICITATION NOTICE

84 -- COLD WEATHER SOCKS SYSTEM

Notice Date
4/6/2023 8:22:17 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315120 —
 
Contracting Office
DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
 
ZIP Code
19111-5096
 
Solicitation Number
SPE1C1-23-R-0067
 
Response Due
5/23/2023 12:00:00 PM
 
Archive Date
05/24/2023
 
Point of Contact
Donna Kuzma-Streibich, Phone: 2157378486, Vincent Davis, Phone: 2157373357
 
E-Mail Address
DONNA.STREIBICH@DLA.MIL, vincent.davis@dla.mil
(DONNA.STREIBICH@DLA.MIL, vincent.davis@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
ITEM: COLD WEATHER SOCKS SYSTEM Type I-Liner---------------PGC: 00585; NSN: 8440-01-705-7652(s) Type II-Light Weight----PGC: 00586; NSN: 8440-01-705-8095(s) Type III-Mid Weight----PGC: 00587; NSN: 8440-01-705-8183(s) Type IV-Heavy Weight-PGC: 00588; NSN: 8440-01-705-8407(s) CW Socks System Set---PGC: 00589; NSN: 8440-01-705-8518(s) Specification/PD:� GL-PD 22-06 --Dated: 03 August 2022 RFP SPE1C1-23-R-0067 will be utilized for the purchase of item COLD WEATHER (CW) SOCKS SYSTEM. �� A Solicitation is being issued for the purchase of the COLD WEATHER SOCKS SYSTEM: ITEM: COLD WEATHER SOCKS SYSTEM Type I-Liner---------------PGC: 00585; NSN: 8440-01-705-7652(s)-PR (pair) Type II-Light Weight----PGC: 00586; NSN: 8440-01-705-8095(s)-PR (pair) Type III-Mid Weight----PGC: 00587; NSN: 8440-01-705-8183(s)-PR (pair) Type IV-Heavy Weight-PGC: 00588; NSN: 8440-01-705-8407(s)-PR (pair) CW Socks System Set---PGC: 00589; NSN: 8440-01-705-8518(s)-SE (set) (1pr Liner, 2 pr Light Weight, 2 pr Mid Weight, 1 pr Heavy Weight in the set) The Solicitation for the purchase of the CW Socks System will result with the intent of the Government to award one or two contracts �Lot 001�50% portion award and Lot 002�50% portion award.�� The RFP and proposed contract(s) will be issued as 100% Small Business Set-Aside.� Only small business firms may submit offers for this acquisition. The Small Business Set-Aside will result in firm fixed price contract or contracts in accordance with FAR Part 12, Acquisition of Commercial Items. The resultant contract or contracts will contain a base year, and two (2), one year option terms with the same quantities for each year.� This proposed buy will result in a negotiated Indefinite Delivery Type contract(s).� This acquisition is a base year, and two (2), one year option terms with the same quantities for each year. The quantities will be as follows: The quantities are any combination of items. Total Combined:�� Minimum: 208,000 EA; AEQ: 830,000 PR; Maximum:� 1,036,520 PR Lot 0001: 50% portion Min:� 104,000 PR; Max:� 518,260 PR-evaluation purposes Lot 0002: 50% portion Min:� 104,000 PR; Max:� 518,260 PR-evaluation purposes This proposed buy will result with the intent to have different contractors for each of the separate Lots for contracts that will be awarded from this solicitation to ensure that multiple sources of supplies.� The Government reserves the right to exclude under the authority of FAR 6.202 (a) (4) (5) establishing or maintaining alternative sources.� The Government reserves the right to make one or two awards to the same source for all items if the same source is deemed the best value for all lots to be awarded, or one contract for each Lot item to separate vendors of different sources if they are selected as best value.� Offerors are reminded that under the authority of FAR 6.202(a)(4), the Government may exclude an offeror from receiving more than one award under this solicitation. This proposed buy will result with the intent of the Government to award two (2) negotiated Indefinite Delivery Type contracts.� Best Value / Trade Off / Source Selection Procedures will be utilized in making the proposed award(s), and as a result, Technical Proposals are required. Technical and Past Performance, when combined, are more important than cost or price. Evaluation factors are as follows in descending order of importance:� Product Demonstration Model (PDM) in accordance with GL-PD 22-06, dated 03 August 2022 �and Past Performance/Performance Confidence Assessment. Physical test reports in accordance with the physical and colorfastness requirements in TABLE II of GL-PD-22-06, Dated 3 August 2022 for all four (4) Socks Types are required to be submitted along with PDMs submission. The first Delivery Order is due to begin 120 days after award with 30-day increments and 90 days lead time for subsequent delivery orders with 30-day increments. Acquisition is FOB Destination to Travis Association for the Blind, Austin TX and Pendergrass Distribution Center, Pendergrass, GA. RFID is NOT required at item, case and pallet as the items are not in the Warfighter Recruit Bag. All materials used to manufacture this item are to be furnished by the contractor. All materials/components shall be Berry Amendment compliant. Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form. SPECIFICATION:GL-PD 22-06, dated 03 August 2022. Specification will be included at time of solicitation as an attachment. �Technical Data is included within Solicitation SPE1C1-22-R-0067.� Specification and Tech are included as an attachment to the solicitation document in SAM.gov and DIBBS.� Solicitation is posted concurrently on https://www.dibbs.bsm.dla.mil/Solicitations/. Detailed system requirements and instructions for registration can be found on the DLA DIBBS Home Page accessed on https://www.dibbs.bsm.dla.mil/default.aspx. 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.gov) website. 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 Solicitation is also posted in SAM.gov simultaneously with this synopsis. 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, PATTERNS and drawings on our contracting page (if patterns and drawings are available). NOTE: Commercial Items do not have patterns.� The items in this solicitation are considered commercial items and DO NOT have patterns or artwork for logos (should logos apply). To request technical data for DLA Troop Support Clothing and Textiles (DLA C&T) solicitations, use the following link to the DLA C&T Technical Data Repository area at http://www.dla.mil/TroopSupport/ClothingandTextiles/SpecRequest.aspx. �Contracting Office Address: 700 Robbins Avenue Philadelphia, Pennsylvania 19111-5096 Primary Point of Contact: Donna Kuzma-Streibich Contracting Officer Donna.Streibich@dla.mil��� Phone: 215-737-8486���������������� Secondary Point of Contact:��������������� Vincent D. Davis Acquisition Specialist Vincent.davis@dla.mil Phone: 215-737-3357 Secondary Point of Contact:��������������� Marcia Henson Acquisition Specialist Marcia.Henson@dla.mil Phone: 215-737-2534�� �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a86973616573465cacd3b1a9cd98f450/view)
 
Record
SN06643762-F 20230408/230406230124 (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.