Trunks, Navy, PFU, Type I and Type II

expired opportunity(Expired)
From: Federal Government(Federal)
SPE1C1-22-R-0115

Basic Details

started - 27 May, 2022 (23 months ago)

Start Date

27 May, 2022 (23 months ago)
due - 28 Jun, 2022 (22 months ago)

Due Date

28 Jun, 2022 (22 months ago)
Bid Notification

Type

Bid Notification
SPE1C1-22-R-0115

Identifier

SPE1C1-22-R-0115
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708219)DEFENSE LOGISTICS AGENCY (DLA) (282556)TROOP SUPPORT CLOTHING & TEXTILE (2540)DLA TROOP SUPPORT (32516)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

ITEM: Trunks, Navy, PFU, Type I, 6-inch inseam;    NSN: 8415-01-559-7233(s);   PGC: 03524Trunks, Navy, PFU, Type II, 8-inch inseam;    NSN: 8415-01-559-7198(s);  PGC: 03525Combined PGC: 00048Specification/PD/: NCTRF PD 17-15 Dated: March 7, 2016RFP SPE1C1-22-R-0115, will be utilized for the purchase of item TRUNKS, NAVY, PFU, TYPE I AND TYPE II.   A Solicitation is being issued for the purchase of the TRUNKS, NAVY, PFU, TYPE I, PGC 03524, NSN 8415-01-559-7233 AND TYPE II, PGC 03525, NSN 8415-01-559-7198, COMBINED PGC 00048.The solicitation will be issued as 100% Small Business Set-Aside, which will result in a firm fixed price contract in accordance with FAR Part 12, Acquisition of Commercial Items. The Trunks, Navy, PFU, Type I and Type II is classified under Federal Supply Classification (FSC) Code 8415. The resultant contract will contain a base year, and four (4), one year option terms. This proposed buy will result in a negotiated Indefinite Delivery Type Contract(s) where the
Base Year minimum will be 45,500 (pair) and the maximum will be 227,500 PR (pair), with Four (4) One Year term options for 45,500 PR (pair) minimum and 227,500 PR (pair) maximum for each Option Year term.  The annual estimated quantity (AEQ) for this procurement is 181,950 PR (pair) for the Base Year and each option year. The quantities are any combination of items.NOTE:   In accordance with the Federal Procurement Policy and FAR Subpart 8.6, a timely offer from Federal Prison Industries/UNICOR will be considered for award in accordance with the specifications and evaluation factors as outlined in the solicitation.This proposed buy will result in one (1) negotiated Indefinite Delivery Type contract.   Best Value / Trade Off / Source Selection Procedures will be utilized in making the proposed award, and as a result, Technical Proposals are required. Technical and Past Performance, when combined, are more important than cost or price. Evaluation factors are as follows in descending order of importance:  1) Product Demonstration Model (PDM) in accordance with NCTRF PF 17-15, dated March 7, 2016 and 2) Past Performance/Performance Confidence Assessment.  The first Delivery Order is due to begin 90 days after award with 30-day increments and 90 days lead time for subsequent delivery orders with 30 day increments. Acquisition is FOB Destination to Peckham, Lansing, MI (VSTN).RFID at item, case and pallet level will be required for this item.All materials used to manufacture this item are to be furnished by the contractor.All materials/components shall be Berry Amendment compliant.Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form.SPECIFICATION:  NCTRF PD 17-15, dated March 7, 2016. Specification will be included at time of solicitation as an attachment.  Technical Data is included within Solicitation SPE1C1-22-R-0115.  Specification and Tech are included as an attachment to the solicitation document in SAM.gov and DIBBS. Solicitation is posted concurrently 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 (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 SAM.gov simultaneously 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.NOTE: Commercial Items may not have patterns.  Patterns for this item are dated 23 Dec 2015.  This item does not have artwork for Logos/transfers. 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 AvenuePhiladelphia, Pennsylvania 19111-5096Primary Point of Contact:Donna Kuzma-StreibichContracting OfficerDonna.Streibich@dla.milPhone: 215-737-8486Secondary Point of Contact:               Rachel PiecykAcquisition SpecialistRachel.1.Piecyk@dla.milPhone: 215-737-3305                     Secondary Point of Contact:               Marcia HensonAcquisition SpecialistMarcia.Henson@dla.milPhone: 215-737-2534    

C AND T SUPPLY CHAIN 700 ROBBINS AVENUE  PHILADELPHIA , PA 19111-5096  USALocation

Place Of Performance : C AND T SUPPLY CHAIN 700 ROBBINS AVENUE PHILADELPHIA , PA 19111-5096 USA

Country : United StatesState : Pennsylvania

Classification

naicsCode 315210Cut and Sew Apparel Contractors
pscCode 8415Clothing, Special Purpose