Federal Bid

Last Updated on 30 Mar 2016 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Undershirt, Fuel Handler's and Brown Undershirt

Solicitation ID SPE1C1-16-R-0060
Posted Date 25 Feb 2016 at 8 PM
Archive Date 30 Mar 2016 at 5 AM
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
 

Synopsis:

ITEMS: 

PGC: 03363 - Undershirt, Sand, Fuel Handlers

NSN:  8420-01-546-1470 (s)   8 sizes

AEQ: 600K

 

PGC: 01770 - Undershirt, Brown

NSN: 8420-01-112-1472(s)   8 sizes

AEQ: 72K

 

Military Specification: A-A-50013G dated September 15, 2009

                          

The RFP, SPE1C1-16-R-0060, will be utilized for the purchase of the item Undershirt, Sand, Fuel Handlers & Undershirt, Brown.

 

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 12.  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 168,000 ea. MINIMUM and 1,840,000 ea. MAXIMUM.   Annual Estimated Quantity (AEQ) is 672,000 ea.

 

RFID at case and pallet will be required for this item.

 

Best Value Tradeoff Acquisition with Technically Acceptable PDM Evaluations 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.  Technical and Past Performance, when combined, are significantly more important than cost or price. Only firms with acceptable PDMs will be eligible for award. Firms with Un-Acceptable PDMs will not be reviewed any further and their proposal will no longer be considered. Technical Acceptability is being defined herein as acceptable PDMs and compliance with all solicitation terms and conditions. All PDMs will be evaluated in accordance with the criteria outlined in the solicitation.  There will be no allowable re-submittals for PDM (Product Demonstration Model).

 

From among the firms with Technically Acceptable PDMs, the Government will then review the second evaluation factor: Past Performance. The Government intends to award to the firm who has a Technically Acceptable PDM and is the best value to the Government with regard to Technically Acceptable PDMs, Past Performance and Price. Technically Acceptable PDMs and Past Performance when combined are more important than cost or price.  As other evaluation factors become more equal, the evaluated price becomes more important. From among the firms with Technically Acceptable PDMs, the Government will then select the responsible firm that complies with terms and conditions of the solicitation, and an award to that firm is considered in the best interest of the Government.  If the firm fits these criteria, award will be made to them. If not, the Government will review each subsequent technically acceptable offer until one is identified that does meet the criteria, in which case award will be made to that firm. 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 two (2) each Size Large - Undershirt, Sand, Fuel Handlers. Size Large (2) two each of Undershirt, Sand, Fuel Handlers 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:

DODAAD              DEST                                                                     FOB

SC0150                 Pendergrass Distribution Center,       DEST.

Pendergrass, GA

SD0131                 Travis Assoc. for the Blind                                DEST

                                Austin, TX

 

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

 

SPECIFICATION:  A-A-50013G dated September 15, 2009. Specification will be included at time of solicitation.

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 Solicitation is also posted in FEDBIZOPPS along 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. 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:               Secondary Point of Contact

Dirk Smart                                             Joann M. Zirilli

Contract Specialist                            Contracting Officer

[email protected]                              [email protected]

Phone: 215-737-2512                       Phone: 215-737-6157

Fax: 215-737-5624                            Fax: 215-737-5624

Bid Protests Not Available

Similar Past Bids

Location Unknown 25 Aug 2016 at 7 PM
Location Unknown 18 Aug 2011 at 1 PM
Location Unknown 08 Oct 2015 at 6 PM
Quantico Virginia 31 Aug 2021 at 6 PM
Quantico Virginia 31 Aug 2021 at 5 PM

Similar Opportunities

Casa grande Arizona 15 Aug 2025 at 3 PM
Philadelphia Pennsylvania 24 Jun 2026 at 4 AM (estimated)
Washington District of columbia 01 Jan 2026 at 4 AM
Pennsylvania 09 Jul 2025 at 6 PM
Edgefield South carolina 25 Dec 2027 at 5 AM (estimated)