Federal Bid

Last Updated on 16 Oct 2020 at 3 AM
Solicitation
Philadelphia Pennsylvania

Enhanced Side Ballistic Inserts

Solicitation ID SPE1C1-20-R-0042
Posted Date 09 Sep 2020 at 6 PM
Archive Date 15 Oct 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside Partial Small Business (SBP) Set-Aside (FAR 19.5)
Contracting Office Dla Troop Support
Agency Department Of Defense
Location Philadelphia Pennsylvania United states 19111

This acquisition is for the manufacture and delivery of the Enhanced Side Ballistic Insert (ESBI), NSNs: 8470-01-616-6645 (small), 8470-01-616-6647 (medium), and 8470-01-536-7227 (large). The Government’s overall requirement will be split into two (2) procurements.  Lot #1 will be issued for 60% of the requirement on an unrestricted basis while Lot #2 will be issued for 40% of the requirement as a 100% Small Business Set-Aside.  The solicitation will result in the award of two (2), single award firm, fixed price Indefinite Delivery, Indefinite Quantity (IDIQ) contracts which will each consist of a one (1) year base period and two (2), one (1) year option periods.

Best Value, Trade-Off Source Selection procedures will be utilized to evaluate proposals. Evaluation factors will include: Passing Ballistic and Non-Ballistic Test Results (Pass/Fail Evaluation), Past Performance – Performance Confidence Assessment (Evaluation Factor), and Socioeconomic Program Support.

The ESBI is to be manufactured in accordance with AR/PD 11-06E with Amendment 1 dated 02 November 2018.  Quantities to be procured are listed as follows:

Lot #1 – Unrestricted

Base Year

Guaranteed Minimum:  45,000

Annual Estimated: 180,000

Annual Order Limitation: 225,000

Option Year 1

Guaranteed Minimum:  45,000

Annual Estimated: 180,000

Annual Order Limitation: 225,000

Option Year 2

Guaranteed Minimum:  30,000

Annual Estimated: 120,000

Annual Order Limitation: 150,000

Lot #2 – 100% Small Business Set-Aside

Base Year

Guaranteed Minimum:  30,000

Annual Estimated: 120,000

Annual Order Limitation: 150,000

Option Year 1

Guaranteed Minimum:  30,000

Annual Estimated: 120,000

Annual Order Limitation: 150,000

Option Year 2

Guaranteed Minimum:  20,000

Annual Estimated: 80,000

Annual Order Limitation: 100,000

Any NSN may be ordered under any resulting contracts. The minimum and maximum quantities provided apply to all NSNs as a whole.

All responsible sources may submit a proposal(s) which shall be considered by the Agency. A vendor may submit a proposal for more than one (1) lot; however, no vendor will be awarded more than one (1) lot.  The estimated release date of the solicitation is March 2, 2020. 

Deliveries will be FOB destination with an initial production lead time of 240 days and 120 days for subsequent orders after date of award. Delivery destinations include: Austin, Texas; Pendergrass, Georgia; and Lansing, Michigan.

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

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

02/26/20 - Notice to Potential Offerors:

FAR Clause 52.204-2 – “Security Requirements” applies to this acquisition.  In order to receive secret information associated with this procurement, an offeror must have an executed DD254 of file with the Engineering Support Activity. For a copy of the DD254, offerors can contact the primary POC listed with this announcement.  In addition, other than the purchase description, AR/PD 11-06E with Amendment 1 dated 02 November 2018, technical data will only be available upon issuance of the solicitation.   

09/09/2020 - Due to a change in requirements, Lot #2 is deleted from this requirement.  Lot #1 is changed from "Unrestricted" to a "100% Small Business Set-Aside." 

Bid Protests Not Available

Similar Past Bids

Philadelphia Pennsylvania 02 Jun 2021 at 3 PM
Philadelphia Pennsylvania 02 Jun 2021 at 1 PM
Philadelphia Pennsylvania 18 Jan 2024 at 7 PM

Similar Opportunities

Oklahoma 22 Jul 2025 at 4 AM (estimated)
Tinker air force base Oklahoma 31 Dec 2026 at 5 AM (estimated)
Fort belvoir Virginia 01 Aug 2025 at 2 PM