SOURCES SOUGHT
99 -- Water, Canteen Cap, Chemical, Biological, Radioactive, Nuclear (CBRN)
- Notice Date
- 8/18/2023 9:45:42 AM
- Notice Type
- Sources Sought
- Contracting Office
- DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
- ZIP Code
- 19111-5096
- Solicitation Number
- SPE1C1_23_TBD
- Response Due
- 9/18/2023 12:00:00 PM
- Archive Date
- 10/03/2023
- Point of Contact
- Jessica Reilly, Phone: 2157370879, 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.
- E-Mail Address
-
jessica.reilly@dla.mil, Casandra.rogers@dla.mil
(jessica.reilly@dla.mil, Casandra.rogers@dla.mil)
- Description
- DLA Troop Support is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for the following: � Nomenclature: Water, Canteen Cap (Chemical, Biological, Radioactive, Nuclear (CBRN) � NSN/Part Numbers: 8465-01-529-9800 / Avon Protective Systems, Inc. (1LEW5) Part Number 71018/1 � NOTE: Certain restrictions/requirements are applicable to this item This item has technical data some or all of which is subject to export-control of either the International Traffic in Arms regulations (ITAR) or the Export Administration Regulations (EAR), and cannot be exported without prior authorization from either the Department of State or the Department of Commerce. Export includes disclosure of technical data to foreign persons and nationals whether located in the United States or abroad. This requirement applies equally to foreign national employees and U.S. companies and their foreign subsidiaries. DFARS 252.225-7048 is applicable to this data. The Defense Logistics Agency (DLA) limits distribution of export-control technical data to DLA contractors that have an approved US/Canada Joint Certification Program (JCP) certification, have completed the Introduction to Proper Handling of DOD Export-Controlled Technical Data Training and the DLA Export-Controlled Technical Data Questionnaire (both are available at the web address given below), and have been approved by the DLA controlling authority to access the export-controlled data. Instructions for obtaining access to the export-controlled data can be found at: https://www.dla.mil/HQ/LogisticsOperations/EnhancedValidation. To be eligible for award, offerors and any sources of supply proposed for use are required to have an approved JCP certification and have been approved by the DLA controlling authority to access export-controlled data managed by DLA. DLA will not delay award in order for an offeror or its supplier to apply for and receive approval by the DLA controlling authority to access the export-controlled data. The following Engineering Clauses are applicable to this procurement Configuration Management, Assist Clause, Use of Class 1 Ozone-Depleting Substances (CIODS), and No Shelf-Life markings are required, and IP025: PACKAGING, MARKING, AND SHIPPING OF HAZARDOUS MATERIALS PACKAGING SHALL BE IN ACCORDANCE WITH ASTM D 3951. MIL-STD-129 AND MIL-STD-147 APPLY. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 315990 � Apparel Accessories and Other Apparel Manufacturing. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1. Organization name, address, email address, web site address, telephone number, and size and type of ownership for the organization; and 2. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. [Note: In accordance with FAR 10.001(b), agencies should not request potential sources to submit more than the minimum information necessary.] Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to Casandra Rogers at Casandra.Rogers@dla.mil. All responses under this sources sought notice must be emailed. If you have any questions concerning this opportunity please contact: Casandra Rogers at Casandra.Rogers@dla.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a4d74f9e9d5e498f9e15628d8c487d30/view)
- Record
- SN06797907-F 20230820/230818230100 (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 |