Federal Bid

Last Updated on 02 May 2019 at 12 PM
Solicitation
Location Unknown

Snow Camo Trousers

Solicitation ID SPE1C119RXXXX
Posted Date 02 May 2019 at 12 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 been issued.

Solicitation Number:  SPE1C1-19-R-0064

Please NOTE that this amendment is to correct the name of this item which is NOT snow camo parka, but the snow camo TROUSERS

 These are the following changes to the solicitaiton above:

1.) The new closing date is the 17th of May 2019.
2.) The new minimum quantity per term 20,000.
3.) The first order per term lead-time is 180 days.
4.) The subesquent orders up to the minimum lead-time 120 days.
5.) The subsequent orders beyond the minimum quantity the lead-time will be 180 days.
6.) The acceleration will be permitted if it is approved by the contracting officer.

Item 0001: trousers, snow camouflage, NSN: 
8415-01-672-1413(s) (with five other varying nsn's.)

 

Previous history:   SPE1C1-17-D-1056, Tennier Industries, Incl.

 

 

This requirement is for the following:

 

Item:

Army Snow Camo Parka:  8415-01-672-1538 - PGC:  00101

 

Destination:  Lansing, MI., Pendergrass, GA., and/or Austin, TX.

 

FOB:  Destination

 

Unit of Issue:  Pair

 

Duration of the Contract Period:  Base year with two one year options - 36 months.

 

Quantity for this buy:

 

Army Snow Camouflage Trousers

Term

Min Qty.

AEQ Qty.

AOLQ Qty.

3 Year Ordering Period

20,000

20,000

100,000

  

The solicitation will be set-aside for Small Business.  One award will be made under this solicitation.

 

This solicitation will result in firm fixed price contract.  This procurement will be utilized using the best value trade off source selection.  Equitable factors will be product demonstration models, past performance, and price.  Inspection and Acceptance is at Origin.  All material used in the fabrication are to be furnished by the successful offeror.

 

Evaluation factors will be will be product demonstration models, past performance, price, and delivery.

 

Solicitation will be posted on the DLA DIBBS Home Page https://www.dibbs.bsm.dla.mil/.  Detailed system requirements and instruction 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, it 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 specification, patterns and drawing on our contracting page using the following link:

 

https://www.dla.mil/TroopSupport/ClothingnandTextiles/SpecRequest.aspx

 

should the site not be functional, or if there any questions regarding electronic spec/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 specification or patterns.

 

Availability of solicitation, 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 Report (PPIRS-SR) information in Past Performance Evaluation.

 

USE OF PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM - STATISTICAL REPORTING (PPIRS-SR) INFORMAITON   (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. The method to challenge a rating is also found on the identified website.

(1) PPIRS-SR classifications are based on federal supply class (FSC).

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

(3) PPIRS-SR classifications comprise a delivery score and a quality color ranking.

(4) The PPIRS-SR delivery score is based upon the total number of contract line items received and on weighted late deliveries.

(5) The contractor quality performance ranking is based upon a comparison among all contractors within an FSC.

(6) Data sources for PPIRS-SR past performance can be found in the PPIRS-SR user manual at http://www.ppirs.gov/ppirsfiles/help.htm.

(7) PPIRS-SR will make negative quality and delivery data reflected in the PPIRS-SR Classification available to contractors for review and challenge.

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

(1) Evaluation of PPIRS-SR delivery assessments will be based upon a numerical scale ranging from 0 (low) to 100 (high). If no delivery records are found in PPIRS-SR, no delivery score will be assigned to the vendor for that specific FSC

(2) In PPIRS-SR, Contractor quality will be assessed based upon relative ranking among all contractors within a given FSC. Contractors with no quality records will not be assigned a quality color.

(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 INFORMAITON RETRIEVAL SYSTEM - STATISTICAL REPORTING (PPIRS-SR):

It is imperative that vendors validated their performance data in PPIRS-SR.  Vendors must register at the PPIRS website https://www.ppirs.gov for access to view their past performance sources and negative delivery and quality records affecting the scores.  The PPIRS-SR user's manual provides infromation 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 may be directed to the PPIRS Customer Support Desk at (202) 438-1690.

 

 A few highlights of the information that will be found include:  1. On the DLA Internet Bulletin Board System Home page, click the vendor registration link to begin the registration process.  2.  In order to register for access to secure portion 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 is 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.  *If your CAGE has already been registered on DIBBS, the name and email address of the person designated as you supper 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 the control the login status of each user for their CAGEs through My Account (Account Maintenance). 

 

Important Note on Foreign Content

 

The Defense appropriations and authorization acts and other statutes (including what is commonly referred to as "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) 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.

DSCP 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 DSCP  Clothing and Textiles (DSCP-C&T) solicitations, use the following link to the DSCP C&T technical data repository area at https://phl1s410.dscp.dla.mil/pls/portal/CUSTOM DSCP APP.CTSREQ DYN PATTERN.show.

 

 ATTENTION CONTRACTORS

 

Amendments to this solicitation WILL NOT be available via the DLA PROCUREMENT Gateway.  In order to receive notification of amendments to this solicitation you must E-MAIL the Contract Specialist, listed below under Point of Contact, with the name and address of prospective offeror, phone and fax number, and a point of contact.  Please reference solicitation number in all e-mail correspondence.  An unsuccessful offer may result if prospective offeror fails to e-mail the Acquisition Specialist of their intent to offer on this solicitation.

 

 

ACQUISITION SPECIALIST

PATRICIA A. LYLES

E-MAIL ADDRESS

[email protected]

1-215-737-3294  

Bid Protests Not Available

Similar Past Bids

Location Unknown 02 May 2019 at 2 PM
Location Unknown 14 Feb 2019 at 3 PM
Location Unknown 10 Sep 2019 at 6 PM
Philadelphia Pennsylvania 09 Aug 2021 at 2 PM
Philadelphia Pennsylvania 02 Sep 2021 at 12 PM

Similar Opportunities

Indian head Maryland 11 Nov 2028 at 5 AM
Columbus Ohio 11 Jul 2025 at 4 AM
Indian head Maryland 11 Nov 2028 at 5 AM
Tampa Florida 24 Jul 2025 at 5 PM
San juan Puerto rico 24 Jul 2025 at 6 PM