SOLICITATION NOTICE
84 -- 3-Season Sleep System & Components
- Notice Date
- 12/3/2025 6:44:19 AM
- Notice Type
- Presolicitation
- NAICS
- 33999
—
- Contracting Office
- DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
- ZIP Code
- 19111-5096
- Solicitation Number
- 3-SPE1C1-25-R-0112
- Response Due
- 12/24/2025 12:00:00 PM
- Archive Date
- 12/24/2025
- Point of Contact
- Turkessa Cook-Muhammad, Phone: 4457379130, Maria Sesso-Punzo, Phone: 4457378211
- E-Mail Address
-
turkessa.cook@dla.mil, maria.sesso-punzo@dla.mil
(turkessa.cook@dla.mil, maria.sesso-punzo@dla.mil)
- Small Business Set-Aside
- SBP Partial Small Business Set-Aside (FAR 19.5)
- Description
- A request for proposals will be solicited for the 3-Season Sleep System & Components. See items and corresponding quantities below: Complete System: NSN: 8465-01-573-4326 - 3 Season sleep System, Regular NSN: 8465-01-576-5222 - 3 Season Sleep System, Extra Long MIN: 2,000 MAX:40,000 Note: The above item quantities are interchangeable as far as size combination. Sleeping Bags : NSN: 8465-01-574-3998 - Sleeping Bag, Regular NSN: 8465-01-574-4004 - Sleeping Bag, Long NSN: 8465-01-611-6040 - Sleeping Bag, Extra Long MIN: 20,000 MAX: 400,000 Note: The above item quantities are interchangeable as far as size combination. Components: NSN: 8465-01-574-4005 - Bivy Cover, Regular NSN: 8465-01-611-6047 - Bivy Cover, Extra Long NSN: 8465-01-574-4003 - Bivy Compression Stuff Sack NSN: 8465-01-574-4494 - Mesh Storage Bag NSN: 8465-01-608-7503 - ECW Outer Bag, Regular NSN: 8465-01-623-2346 - ECW outer Bag, Extra long NSN: 8465-01-608-7507 - ECW Compression Stuff Sack MIN: 33,500 MAX: 670,000 Note: The above item quantities are interchangeable as far as size/component combination. This procurement will be solicited with two equal lots (50/50) of the 3SSS and components with a four (4) year Tiers. Lot #1 will be solicited as Unrestricted with evaluation preference for Hub Zone Small Business Concerns. Lot #2 will be solicited as a Small Business Set Aside. It will be an Indefinite Delivery Type Contract. Delivery destinations for these items are VSTJ (Pendergrass Distribution Center, Pendergrass, GA). The award will utilize Low Price Technically Acceptable (LPTA) procedures; past performance will not be considered during evaluations. The government intends to award to the low priced firm who is deemed to be technically acceptable. Technical Acceptability is being defined herein as the proposal meeting the requirements of the solicitation and Berry Amendment Compliance. One Product Demonstration Model (PDM) for NSN: 8465-01-573-4326, 8465-01-608-7503 & 8465-01-608-7507 will be required to be presented with offeror�s proposal. No revisions to the PDM will be acceptable. Certified Test Reports shall be furnished with offeror�s proposal at the time and date of the initial closing of the solicitation. The PDM will be subjected to evaluation for the below listed characteristics of GL-PD-14-01, dated 17 April 2015, the interim changes listed in the solicitation, and section M of the solicitation. The evaluation of the PDM test reports will include conformance to Finished Weight, Dimensional/Interoperability, CLO Value, Bivy Cover Base Fabric Spray Rating after 20 Launderings, Bivy Cover Base Fabric Hydrostatic Resistance after 20 Launderings, Bivy Cover Base Fabric Oxygen Permeation, Bivy Cover Base Fabric Moisture Vapor Transmission Rate (MVTR) and Compression Stuff Sack Purge Valve Leakage. Unacceptability of PDM�s that do not conform to these characteristics may result in the rejection of the entire offer. Failure to furnish PDM Test Reports by the time and date specified in the solicitation may be cause for rejection of the entire offer if not otherwise acceptable under the provisions for considering late offers. The following clauses will be incorporated into the request for proposal: FAR 46.202-3 �Standard Inspection Requirements� FAR clause 52.246-2 �Inspection of Supplies � Fixed-Price (AUG 1996)� FAR clause 52.246-15 �Certificate of Conformance (Apr 1984)� DFARS clause 252.225-7012 �Preference for Certain Domestic Commodities (Apr 2022)� 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 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. Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form. This is a pre-solicitation synopsis. The actual Request For Proposals (RFP), with information and specifics, 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 information that will be found include: 1. On the DLA Internet Bid 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 Central Contractor Registration (CCR) system. 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 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). For information regarding this synopsis, contact Turkessa Cook-Muhammad by e-mail at Turkessa.cook@dla.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/8e38c64d27644a208d2b48785ee66992/view)
- Place of Performance
- Address: Philadelphia, PA 19111, USA
- Zip Code: 19111
- Country: USA
- Zip Code: 19111
- Record
- SN07656767-F 20251205/251203230037 (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 |