Federal Bid

Last Updated on 17 Nov 2021 at 3 PM
Combined Synopsis/Solicitation
Philadelphia Pennsylvania

Drawers, Men's, Tan and White

Solicitation ID SPE1C1-22-R-0030
Posted Date 17 Nov 2021 at 3 PM
Archive Date 18 Dec 2021 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Dla Troop Support
Agency Department Of Defense
Location Philadelphia Pennsylvania United states 19111

ITEM: Drawers, Men’s

White, Pair - PGC 00293; NSN: 8420-00-009-2347(s)

White, 3 Pack - PGC 02770; NSN: 8420-01-495-1988(s)

Tan, Pair - PGC 04101; NSN: 8420-01-643-5298(s)

Tan, 7 Pack – PGC: 00038; NSN: 8420-01-669-3645(s)

Specification/PD:  CID A-A-50003E --Dated: 30 September 2019

RFP SPE1C1-22-R-0030 will be utilized for the purchase of item DRAWERS, MEN’S

  

A Solicitation is being issued for the purchase of the DRAWERS, MEN’S; White, Pair - PGC 00293; NSN: 8420-00-009-2347(s); White, 3 Pack - PGC 02770; NSN: 8420-01-495-1988(s); Tan, Pair - PGC 04101; NSN: 8420-01-643-5298(s); and Tan, 7 Pack - Tan, 7 Pack – PGC: 00038; NSN: 8420-01-669-3645.

The Solicitation for the purchase of the Drawers, Men’s will result with the intent of the Government to award one or two contracts –Lot 0001—50% portion award and Lot 0002—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 four (4), one year option terms with the same quantities for each year.  

NOTE:   The Drawers, Men’s is classified under Federal Supply Classification (FSC) Code 8420.  The Department of Defense (DoD) publishes an annual list of product categories for which the Federal Prison Industries’ (FPI) share of the DoD market is greater than five percent, which is considered a significant market share and must be competed.  FSC 8420 is currently identified on this list, FPI is considered to have a significant market share. In accordance with 8.602(a)(4), agencies shall include Federal Prison Industries, Inc. (FPI), in the solicitation process and consider a timely offer from FPI/UNICOR in accordance with the specifications and evaluation factors as outlined in the solicitation.

This proposed buy will result in a negotiated Indefinite Delivery Type contract(s).  This acquisition is a base year, and four (4), 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: 334,000 PR;  AEQ: 1,34,556 PR; Maximum:  1,668,500 PR

Lot 0001: 50% portion

Min:  167,000 PR; Max:  834,250 PR-evaluation purposes

Lot 0002: 50% portion

Min:  167,000 PR; Max:  834,250 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: 

1) Product Demonstration Model (PDM) in accordance with Commercial Item Description, A-A-50003E, Dated 30 September 2019

and

2) Past Performance/Performance Confidence Assessment.

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 for Drawers, Men’s, White, Pair, PGC 00293 and Drawers, Men’s Tan, Pair, PGC 04101.

Acquisition is FOB Destination to Pendergrass Distribution Center, Pendergrass, GA for Drawers, Men’s, White, Pair, PGC: 00293; Drawers, Men’s Tan, 7 Pack, PGC 00038; and Drawers, Men’s Tan, Pair, PGC 04101.

Acquisition is FOB Destination to Peckham Inc, Lansing, MI for Drawers, Men’s, White, 3 Pack, PGC: 02770.

RFID at item, case and pallet level will be required for the items.

All materials used to manufacture this item are to be furnished by the contractor.

Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form.

SPECIFICATION:  CID: A-A-50003D, Dated 30 September 2019.

Specification will be included at time of solicitation as an attachment.  Technical Data is included within Solicitation SPE1C1-22-R-0030.  Specification Data and Tech Data 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.

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

[email protected]

Phone: 215-737-8486

Secondary Point of Contact:               

Kim Horger

Acquisition Specialist

[email protected]

Phone: 215-737-5137

Secondary Point of Contact:               

Marcia Henson

Acquisition Specialist

[email protected]

Phone: 215-737-2534                       

Bid Protests Not Available

Similar Past Bids

Philadelphia Pennsylvania 08 Jul 2021 at 6 PM
Philadelphia Pennsylvania 19 Aug 2021 at 8 PM
Philadelphia Pennsylvania 29 Jun 2021 at 3 PM
Philadelphia Pennsylvania 26 Aug 2021 at 1 PM
Philadelphia Pennsylvania 22 Jul 2021 at 11 PM

Similar Opportunities

Philadelphia Pennsylvania 24 Jun 2026 at 4 AM (estimated)
Pennsylvania 09 Jul 2025 at 6 PM
Edgefield South carolina 25 Dec 2027 at 5 AM (estimated)
Loveland Colorado 21 Jul 2025 at 8 PM