Pennsylvania Bids > Bid Detail

Synopsis

Agency:
Level of Government: Federal
Category:
  • 83 - Textiles, Leather, Furs, Apparel and SHoes, Tents, Flags
Opps ID: NBD00159189235686054
Posted Date: Nov 7, 2023
Due Date: Jan 7, 2024
Source: https://sam.gov/opp/00e6f6c091...
Follow
Synopsis
Active
Contract Opportunity
Notice ID
SPE1C124R0017
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY
Major Command
TROOP SUPPORT CLOTHING & TEXTILE
Office
DLA TROOP SUPPORT
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 07, 2023 09:12 am EST
  • Original Response Date: Jan 07, 2024 03:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 22, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 8305 - TEXTILE FABRICS
  • NAICS Code:
    • 313310 - Textile and Fabric Finishing Mills
  • Place of Performance:
    Philadelphia , PA 19111
    USA
Description

Solicitation Number: SPE1C1-24-R-0017 Cloth, MC Dark Blue Shade 2312



Notice Type: Pre-solicitation



Title: Cloth, MC Dark Blue Polyester/Wool shade 2312



This routine procurement is for the manufacture and delivery of Cloth, MC Dark Blue Polyester /Wool shade 2312, NSN#8305-01-248-6805, PGC#91761. The Cloth, MC Dark Blue 2312 will be procured in accordance with MIL-DTL-10176L DATED 30 MARCH 2018. The Berry Amendment is applicable. This acquisition contains a five-year ordering period. Within the five (5) year ordering period, there will be five (5) 12-month price tier periods as follows:



Contract Guaranteed Minimum Quantity is 37,515 yards.



Annual Estimated Quantity (AEQ) is 150,060 yards for each Tier period.



Contract Maximum Quantity is 937,875 yards.





Subject solicitation SPE1C1-24-R-0017 will be issued as an Unrestricted, Full and Open Competition, that will result for one Indefinite Delivery Indefinite Quantity Contract with a Five-Year performance period consisting of five 12-month price tier periods.





Production Lead Time (PLT): For initial delivery order, PLT is 330 days. If First Article is required, it will be due 120 days after contract award/delivery order issuance. If the First Article Test (FAT) is waived, the PLT for initial delivery period is 180 days after contract award/delivery order issuance/or the date of FA waived. For all subsequent delivery orders, the PLT is 180 days.





Destination will be Peckham Inc. located in Lansing, MI. The applicable North American Industrial Classification System Code (NAICS) is 313310 – Textile and Fabric Finishing Mills. Small business size standards matched to industry NAICS codes are published by the Small Business Administration and are available at http://www.sba.gov/content/table-small-business-size-standards. Contractors must be registered with the System for Award Management (SAM) http://www.sam.gov to be eligible for an award. Representations and certifications must also be on record.





The solicitation will result in a Firm Fixed Price contract with an Economic Price Adjustment (EPA) for wool only. The EPA will not exceed 10% and is applicable in price tier 2 through tier 5 periods. Best Value Source Selection Procedures, specifically the Tradeoff Source Selection Process, will be used. Technical Merit carries more weight in the award evaluation process than price. Offerors will need to submit Past Performance and Socioeconomic Program Support. Subcontracting Plans from large businesses will need to be submitted in addition to Socioeconomic Program Support plans. All items used in the fabrication of the end item must be 100% U.S. made out of 100% U.S. materials and are to be furnished by the Contractor. The Government does not intend to use FAR Part 12 for this acquisition.





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





The solicitation will be posted on the DLA Internet Bill Board System (DIBBS) website https://www.dibbs.bsm.dla.mil . Proposals submitted in response to the solicitation must be submitted through DIBBS electronic upload.





Detailed system requirements and instructions for registration and a job aid for vendors to submit an offer in response to a solicitation 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 DIBBS Home Page, click the VENDOR REGISTRATION link to begin the registration process.



2) In order to register for access to secure portions of the DLA DIBBS, the company you are representing must already be registered in the Central Contractor Registration (CCR) system at System for Award Management (SAM) https://www.sam.gov.



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 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 statues (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 solicitations, use the following link to the DLA Troop Support Technical Repository area at http://www.dla.mil/TroopSupport/ClothingandTextiles/SpecRequest.aspx.





Purchase Descriptions can be found at http://quicksearch.dla.mil/qsSearch.aspx.


Attachments/Links
Contact Information
Contracting Office Address
  • C AND T SUPPLY CHAIN 700 ROBBINS AVENUE
  • PHILADELPHIA , PA 19111-5096
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 07, 2023 09:12 am ESTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >