Federal Bid

Last Updated on 03 Jul 2019 at 12 AM
Solicitation
Location Unknown

Waterproof Liner, Tan (MOLLE)

Solicitation ID SPM1C1-11-R-0123
Posted Date 31 Jan 2012 at 12 PM
Archive Date 02 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Troop Support - Clothing & Textiles
Agency Department Of Defense
Location United states

PLEASE NOTE: This solicitation is being re-opened on an UNRESTRICTED basis.  Anticipated issue date is February 14, 2012 with a closing date approximately 30 days later. PLEASE ALSO NOTE that quantities have been changed.    

This procurement is for the manufacture and delivery of the Waterproof Liner, Tan, component of the Modular Lightweight Load Carrying Equipment (MOLLE); NSN: 8465-01-591-7521. Manufacturing of the liner shall be in accordance with GL/PD 10-03 dated 15 Nov 2010. Production Lead Time is 120 days after date of award for initial and subsequent orders.  Deliveries will be made to DLA Depot Tracy, CA and DLA Depot New Cumberland, PA.

 

This will be an Indefinite Delivery Type Contract (IDTC) with guaranteed minimum and annual order limitation quantities as identified below.

 

Term Period

Guaranteed Min Qty

Annual Estimated Qty

Annual Order Limitation Qty

Base Period

16,400

65,625

82,031

First Term Option

10,500

42,000

52,500

Second Term Option

10,500

42,000

52,500


Please note that the above listed Guaranteed Minimum Quantities, Annual Estimated Quantities, and Annual Order Limitation Quantities have been adjusted. 

 

This acquisition will be issued ON AN UNRESTRICTED BASIS with Best Value, Lowest Price Technically Acceptable (LPTA) procedures utilized in accordance with the new Department of Defense Source Selection Procedures effective July 1, 2011.

The Government will make an award to the offeror who represents the Lowest Price Technically Acceptable offer meting the minimum requirements identified in the solicitation. Evaluation factors for this acquisition are as follows:

      I - Technical – Product Demonstration Models (PDMs)
           A.  Visual Requirements
           B.   Dimensional Requirements
           C.   End Item Physical Testing
      II – Past Performance

To be technically acceptable an offeror must submit PDMs that meet ALL tests identified below:

    * Visual in accordance with Table IV of GL/PD 10-03 dated 15 Nov 2010
    *  Dimensional in accordance with Table V of GL/PD 10-03 dated 15 Nov 2010
    *  End Item Physical Testing in accordance with Note 3 of Drawing 2-3-0592

 

In addition offerors must submit Past Performance information that is considered Recent and Relevant to the products outlined in the solicitation requirements.  “Recent” is defined as all pertinent information within two (2) years of this solicitation’s closing date.  Offerors will also be evaluated in terms of how well the contractor performed on past contracts.
               

 

 

In addition, clause 52.215-9023 Reverse Auction (Oct 2009) DLAD, will be incorporated into the solicitation as a price negotiation tool. All materials will be furnished by the awardee. All responsible sources may submit a response, which, if timely received, must be considered by the agency.

 

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 Central Contractor Registration (CCR) system. 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 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 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.

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 http://www.dscp.dla.mil/Portal/sreqfrm.aspx

 

AND

 

https://assist.daps.dla.mil/quicksearch/

 

Bid Protests Not Available

Similar Past Bids

Natick Massachusetts 08 Sep 2022 at 3 PM
Natick Massachusetts 29 Sep 2022 at 1 PM
Natick Massachusetts 15 Jan 2019 at 7 PM
Location Unknown 07 Mar 2022 at 5 AM
Location Unknown 30 Mar 2022 at 4 AM

Similar Opportunities

Location Unknown 10 Jul 2025 at 4 AM
Rock island Illinois 14 Jul 2025 at 3 PM
Chambersburg Pennsylvania 01 Aug 2025 at 4 PM
Chambersburg Pennsylvania 01 Aug 2025 at 4 PM