Federal Bid

Last Updated on 20 Feb 2018 at 2 PM
Solicitation
Location Unknown

NWU Blouses & Trousers

Solicitation ID SPE1C1-18-R-0005
Posted Date 20 Feb 2018 at 2 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Dla Troop Support - Clothing & Textiles
Agency Department Of Defense
Location United states
 

This is a pre-solicitation notice, NOT a solicitation. The solicitation has NOT yet been issued.

Solicitation Number: SPE1C1-18-R-0005

 

 

This requirement is for the following:

 

Item:

Navy Working Uniform (NWU) Type II & Type III Blouses/Trousers

Navy Working Uniform (NWU) Maternity Blouses/Slacks

 

Specification:

Blouse, NWU, Type II & Type III: NCTRF PD 01-09 Date: 17 Jan 2012

 

Trouser, NWU, Type II & Type III: NCTRF PD 02-09 Date: 17 Jan 2012

 

Blouse, NWU, Maternity: NCTRF PD 09-10E Date: 27 Jul 2012

 

Slacks, NWU, Maternity: NCTRF PD 09-10E Date: 27 Jul 2012



Destination: Lansing, MI
FOB Destination

Unit of Issue: Blouses: EACH (EA) - Trousers/Slacks PAIR (PR)

Duration of the Contract Period: Base Term (18 months) + 3 One-Year Options

 

QUANTITY:

 

LOT 1

 

NWU Type III Blouses                     

Term                           Minimum Qty   AEQ              Maximum Qty

Base (18months)        37,500             150,000                      187,500

Option I                       25,000             100,000                      125,000

Option II                     25,000             100,000                      125,000

Option III                    25,000             100,000                      125,000

                                   

NWU Type III Trousers                    

Term                           Minimum Qty   AEQ              Maximum Qty

Base (18months)        37,500             150,000                      187,500

Option I                       25,000             100,000                      125,000

Option II                     25,000             100,000                      125,000

Option III                    25,000             100,000                      125,000

 

 

 

 

 

 

 

LOT 2

 

NWU Type II & III Blouses              

Term                           Minimum Qty   AEQ              Maximum Qty

Base (18Months)        37,500             150,000                      187,500

Option I                       25,000             100,000                      125,000

Option II                     25,000             100,000                      125,000

Option III                    25,000             100,000                      125,000

 

 

                                   

NWU Type II & III Trousers            

Term                           Minimum Qty   AEQ              Maximum Qty

Base (18 months)       37,500             150,000                      187,500

Option I                       25,000             100,000                      125,000

Option II                     25,000             100,000                      125,000

Option III                    25,000             100,000                      125,000

 

NWU Maternity Blouses                   

Term                           Minimum Qty   AEQ              Maximum Qty

Base (18months)        1,013               5,063                          5,063

Option I                       675                  2,700                          3,375

Option II                     675                  2,700                          3,375

Option III                    675                  2,700                          3,375

 

 

LOT 3

 

NWU Type III Blouses                     

Term                           Minimum Qty   AEQ              Maximum Qty

Base (18 months)       65,265             262,500                      328,125

Option I                       43,750             175,000                      218,750

Option II                     43,750             175,000                      218,750

Option III                    43,750             175,000                      218,750

 

 

LOT 4

 

NWU Type II & Type III Trousers               

Term                           Minimum Qty   AEQ              Maximum Qty

Base (18 months)       65,265             262,500          328,125

Option I                       43,750             175,000          218,750

Option II                     43,750             175,000          218,750

Option III                    43,750             175,000          218,750

 

 

 

 

 

NWU Maternity Slacks                     

Term                           Minimum Qty   AEQ              Maximum Qty

Base (18 months)       1,013               4,050              5,063

Option I                       675                  2,700              3,375

Option II                     675                  2,700              3,375

Option III                    675                  2,700              3,375

 


Production Lead Time: 120 days

 

The solicitation will be SDVOSB, HUBzone and set-aside for Small Business. Four awards will be made under this solicitation.


This solicitation will result in firm fixed price contract. This procurement will be utilized using Best Value Trade Off method of source selection.  Inspection and Acceptance is at Origin. All material used in the fabrication are to be furnished by the successful offeror.

 

 Technical and Non-Cost/Price Evaluation Factors (listed in descending order of importance):

 

  1. Product Demonstration Model (PDM)

 

  1. Past Performance  - Performance Confidence Assessment

•a.      Recency

•b.     Relevancy

•c.      Quality of Production

I. Quality of Products

II. Delivery Performance

 

Solicitation will be posted on the DLA DIBBS Home Page https://www.dibbs.bsm.dla.mil/. Detailed system requirements and instructions for registration can be found on the DLA DIBBS Home Page.

 

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 using the following link:

 

http://www.dla.mil/TroopSupport/ClothingandTextiles/SpecRequest.aspx

 

Should the site not be functional, or if there any questions regarding electronic specs/patterns, please email the following:

TrpSptC&[email protected]

And/Or

TrpSptC&[email protected]

 

Please DO NOT contact the Contract Specialist and/or the Contracting Officer to request specifications or patterns.

 

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/


Clause:  52.215-9003 Clause 52.215-9003 Use of Past Performance Information Retrieval System - Statistical Reporting (PPIRS-SR) Information in Past Performance Evaluation will be included in subject solicitation

Regarding the Experience/Past Performance Evaluation factor please reference Clause 52.215-9003 Use of Past Performance Information Retrieval System - Statistical Reporting (PPIRS-SR) Information in Past Performance Evaluation.

 

USE OF PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM - STATISTICAL REPORTING (PPIRS-SR) INFORMATION IN PAST PERFORMANCE EVALUATION (APR 2014)

 

(a) General.

(1) Past performance is an indicator of a Contractor's ability to perform satisfactorily on future awards.

(2) When used in best value source selections, past performance information will be evaluated based upon the currency and relevancy of past performance information in order to reach a confidence assessment for each offeror from which offers were received.

(3) The Defense Logistics Agency (DLA) will evaluate offerors' past performance, which may include, but is not limited to, their record of conforming to specifications, conformance to the standards of good workmanship, adherence to contract schedules, and commitment to customer satisfaction.

(b) Past Performance Information Retrieval System - Statistical Reporting (PPIRS-SR), authorized by the Department of Defense for use by participating activities during the acquisition of supplies and services may be used in evaluating contractor past performance.

(c) PPIRS-SR classifications are established for each supplier and can be reviewed at http://www.ppirs.gov/. Contractors are granted access to PPIRS-SR for their own classifications.

Offerors are encouraged to review their own classifications as well as the PPIRS-SR reporting procedures and rating methodology detailed in the PPIRS-SR procedures manual and the PPIRS-SR user guide available at http://www.ppirs.gov.

(1) PPIRS-SR classifications. Specific information as to how PPIRS-SR determines delivery and quality classifications can be found in the PPIRS Reference Material, specifically the "PPIRS-SR Evaluation Criteria" document on the PPIRS-SR Website at http://www.ppirs.gov/ppirsfiles/reference.htm.

(2) Classifications are calculated based upon three years of data.

(3) Data sources for PPIRS-SR information can be found in the PPIRS Reference Material, "PPIRS-SR Evaluation Criteria" document on the PPIRS-SR Website at http://www.ppirs.gov/ppirsfiles/reference.htm.

(4) PPIRS-SR will make negative quality and delivery data reflected in the PPIRS-SR Classification available to contractors for review and challenge. This is accomplished within the PPIRS-SR system.

(d) The following procedures will be followed when the Contracting Officer evaluates PPIRS-SR classifications:

(1) The Contracting Officer may consider the volume of business on which the classification is based as a measure of confidence in the classification as an indication of performance risk.

(2) Specifics as to how PPIRS-SR calculations are affected when there is no delivery or quality information provided by the source data bases can be found in the PPIRS Reference Material, specifically the "PPIRS-SR Evaluation Criteria" document on the PPIRS-SR Website at http://www.ppirs.gov/ppirsfiles/reference.htm.

(3) In the case of a Contractor without a record of relevant past performance or for whom information on past performance is not available in the PPIRS-SR, the Contractor will be evaluated neither favorably nor unfavorably on past performance.

(4) Contractor-caused discrepancies or delinquencies will be reflected in a contractor's past performance assessment. Repair, replacement or reimbursement of quality and packaging defects will not provide relief of negative DLA performance data. Contractor-caused delivery extensions, regardless of consideration paid, will be reflected in the delivery classification for contracts issued by DLA.

(e) The Contracting Officer may collect and analyze other relevant information in addition to any past performance information derived from PPIRS-SR.

(End of Provision)

 

PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM - STATISTICAL REPORTING (PPIRS-SR) It is imperative that vendors validate their performance data in PPIRS-SR. Vendors must register at the PPIRS website https://www.ppirs.gov for access to view their past performance scores and negative delivery and quality records affecting the scores. The PPIRS-SR User's Manual provides information concerning vendor scoring, negative & positive performance data utilized to calculate vendor scores, and the process in which to challenge discrepant performance data. The PPIRS-SR User's Manual may be found at http://www.ppirs.gov/ppirsfiles/pdf/PPIRSSR_UserMan.pdf Questions concerning PPIRS-SR may be directed to the PPIRS Customer Support Desk at (207) 438-1690.

 

 

Bid Protests Not Available

Similar Past Bids

Philadelphia Pennsylvania 07 Feb 2023 at 11 AM
Location Unknown 27 Dec 2017 at 6 PM
Philadelphia Pennsylvania 09 Aug 2021 at 2 PM
Philadelphia Pennsylvania 02 Sep 2021 at 12 PM
Philadelphia Pennsylvania 29 Jul 2021 at 12 PM

Similar Opportunities