Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 07, 2025 SAM #8594
SOLICITATION NOTICE

84 -- Jacket, Cold Weather (Shipboard) - PGC 02773

Notice Date
6/5/2025 4:57:46 AM
 
Notice Type
Presolicitation
 
NAICS
315210 — Cut and Sew Apparel Contractors
 
Contracting Office
DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
 
ZIP Code
19111-5096
 
Solicitation Number
SPE1C1-25-R-0084
 
Response Due
6/20/2025 12:00:00 PM
 
Archive Date
07/05/2025
 
Point of Contact
Amina Sheikh, Robert SingleyDSN-444-9467
 
E-Mail Address
amina.sheikh@dla.mil, robert.singley@dla.mil
(amina.sheikh@dla.mil, robert.singley@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
NOTE: This is a pre-solicitation notice, not a solicitation. The solicitation has NOT yet been issued. Solicitation Number: SPE1C1-25-R-0084 Item: Jacket, Cold Weather (Shipboard) PGC: 02773 NSN(s): 8415-01-495-0884(s) The proposed RFP is for the Jacket, Cold Weather (Shipboard)., NSN: 8415-01-495-0884(s)/PGC: 02773. Subject item is made in accordance with specification NCTRF PD 4-99C, dated 26 July 2011. This procurement will be solicited under Full and Open Competition after Exclusion of Sources, FAR 6.203 � Total Small Business Set-Aside.The solicitation will be issued as a 100% Small Business Set-Aside, The manufacturing of the Jacket shall be in accordance with specification NCTRF PD 4-99C dated 26 July 2011, pattern date 16 JUNE 2011and awarded under an Indefinite Delivery Type Contract.. This procurement contains three (3) one-year ordering periods/tiered pricing periods. Within the three (3) one-year ordering periods, there will be three (3) 12-month price tier periods. The resultant contract will be a Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Guaranteed Minimum Quantity is 6,264 units. Annual Estimated Quantity (AEQ) is 25,000 units for each Tier period (Tier 1, Tier 2, and Tier 3). Maximum Quantity is 93,750 units. The resultant contract will containa three (3) year ordering period with tiered pricing. Under the terms of this solicitation, the Government guarantees to award the minimum quantity of 5,648 EA. The total contract maximum will be 84,744. All materials used in the fabrication are to be furnished by the successful offeror. Production lead time is 180 days after date of award. Inspection and Acceptance is at Origin and shipment is FOB Destination. The destination will include Pendergrass GA, Austin TX, and Lansing MI. Best Value Tradeoff Source Selection Procedures will be used. The following evaluation factors are incorporated into the solicitation: 1. Product Demonstration Model (PDM) 2. Past Performance Confidence Assessment A Production Demonstration Model (PDM) will be required to accompany each proposal: One (1) Jacket, Cold Weather (Shipboard), Size Medium, shall be submitted. FOB: DESTINATION Inspection/Acceptance: ORIGIN Delivery Destination: VSTJ, VSTG, VSTZ All materials used in the fabrication are to be furnished by the successful offeror. The Production Lead Time (PLT) for initial delivery order is 240 days with FAT approval. The FAT will be due 30 days after contract award/delivery order issuance. FAT evaluation would take 30 days. If FAT is waived, then the PLT for initial delivery period is 210 days after contract award/delivery order issuance and/or the date of FAT waiver. For all subsequent delivery orders, the PLT is 210 days. It is anticipated this solicitation will be posted to the DLA Internet Bid Board System (DIBBS) on or after June 20225. All offerors MUST be registered in the System for Award Management (SAM). All responsible sources may submit offers which, if received in timely fashion, shall be considered. 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. Important Note on Foreign Content: 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) 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. 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. Important Notice on Availability of Solicitations: Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form. Offeror should register to receive notification of this solicitation or solicitation amendments. The solicitation will be posted on the DLA Internet Bid Board System (DIBBS) at 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/. Once the solicitation is posted, it will be available for viewing on DIBBS. From the DIBBS homepage, select ""Solicitations"" from the top bar to search for the solicitation. DIBBS Help can be accessed from the DIBBS homepage. Contracting Office Address: Defense Logistics Agency, DLA Troop Support - Clothing & Textiles, 700 Robbins Avenue, Philadelphia, PA, 19111-5096, UNITED STATES Point of Contact(s): Robert Singley, Contracting Officer, Email: Robert.Singley@dla.mil Shane Moore, Contract Specialist, Email: Shane.Moore@dla.mil Amina Sheikh, Contract Specialist, Email: Amina.sheikh@dla.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/84ca77e3b1ab4742b69213b1328625ae/view)
 
Place of Performance
Address: Philadelphia, PA 19111, USA
Zip Code: 19111
Country: USA
 
Record
SN07468145-F 20250607/250605230056 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.