The RFP, SPE1C1-14-R-0104, will be utilized for the purchase of the item Socks, Anti-Microbial Black, TFU Navy NSN: 8440-01-540-2920 (s); PGC: 03290 and NSN: 8440-01-562-3648(s); PGC: 03534.
The proposed contract will be issued as 100% Small Business Set-Aside, which will result in an Indefinite Delivery/Indefinite Quantity (IDIQ) firm fixed price contract in accordance with FAR Part 13.5, Test Program For Certain Commercial Items. The resultant contract will contain a base year, and four (4), one year option terms. The quantities for the base year and each option year will be 125,600 pairs MINIMUM and 628,000 pairs MAXIMUM. Annual Estimated Quantity (AEQ) is 502,400 pairs.
RFID at case and pallet level will be required for this item.
Best Value /Source Selection Trade-Off procedures will be utilized in making the proposed award, and as a result, a Technical Proposal is required. Evaluation factors are as follows in descending order of importance: 1) Product Demonstration Model (PDM) and 2) Past Performance/Performance Confidence Assessment. Technical and Past Performance, when combined, are significantly more important than cost or price. Delivery will commence 120 days after date of award with 30 day increments due and a reduced lead-time of 90 days for follow-on delivery orders.
Product Demonstration Model will consist of four (4) Pairs of Socks, Anti-Microbial Black, TFU Navy which will be required (Size Large). (4) Pair of PDMs must be submitted for every intended place of performance, including all proposed subcontractors. It is the offeror's responsibility to ensure that PDMs arrive by the closing date and time of the solicitation.
Acquisition is FOB Destination to VSTN Peckham. 5408 W Grand River Ave. Bldg A Lansing MI 48906 (DODAAC):SD0119
NOTE: Clause 52.215-9023 Reverse Auction (Oct 2009) - DLAD will be included in the solicitation.
Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form.
SPECIFICATION: CR/PD 03-18D DATED 26 JUNE 2009. Specification will be included at time of solicitation. An advanced copy of the specification/PD can be obtained by e-mailing the Contract Specialist, Dirk Smart at [email protected] or Donna Streibich at [email protected]
Solicitation will be posted 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 (https://www.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 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. 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.troopsupport.dla.mil/Portal/sreqfrm.aspx
Contracting Office Address:
700 Robbins Avenue
Philadelphia, Pennsylvania 19111-5096
Primary Point of Contact:
Dirk Smart
Contract Specialist
[email protected]
Phone: 215-737-2512
Fax: 215-737-5624
Secondary Point of Contact
Donna Kuzma-Streibich
[email protected]
Phone: 215-737-8486
Fax: 215-737-5624