Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 14, 2025 SAM #8601
SOLICITATION NOTICE

83 -- RETIREMENT FLAG

Notice Date
6/12/2025 12:00:17 PM
 
Notice Type
Presolicitation
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
 
ZIP Code
19111-5096
 
Solicitation Number
SPE1C125RRetFlag
 
Response Due
6/27/2025 12:00:00 PM
 
Archive Date
07/12/2025
 
Point of Contact
Quanda Singleton, John Fricker215-737-5699
 
E-Mail Address
Quanda.Singleton@dla.mil, JOHN.FRICKER@DLA.MIL
(Quanda.Singleton@dla.mil, JOHN.FRICKER@DLA.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This information is for solicitation SPE1C1-25-R-TBD. The item is a Retirement Flag. PGC: 31212 NSN: 8345006561435 Proposed Length of Terms � 5 Year Ordering Period with Tiered Pricing � Tier one (1) will have a performance period from the date of award through 365 days thereafter (day 1 through day 365). Tier two (2) will have a performance period immediately following tier one (1) through 365 days thereafter (day 366 through 730). Tier three (3) will have a performance period immediately following tier two (2) through 365 days thereafter (day 731 through 1,095). Tier four (4) will have a performance period immediately following tier three (3) through 365 days thereafter (day 1096 through 1,462). Tier five (5) will have a performance period immediately following tier four (4) through 365 days thereafter (day 1,463 through 1,827). For each tier the minimum purchase quantities include: 7,500 for the life of the contract, the AEQ purchase quantity is 6,000 each, the Maximum purchase quantities include: 37,500 for the life of the contract. First Articles for the Retirement Flag. will be required 30 days after the award. The first delivery order is due 150 days after the date of award. Shipments are FOB Destination to the DoDAAC, UY8615, Arizona Industries for the Blind (VSGX), Phoenix, AZ. The solicitation will be issued as a small business set-aside acquisition that will result in a firm fixed price contract, Indefinite Delivery � Indefinite Quantity Type Contract. This procurement is based on Best Value Procedures. Award will be made to the offeror that meets the governments evaluation criteria below. Evaluation Factor #1; Past Performance/Performance/Confidence Assessment All materials used in the fabrication of the end item are to be furnished by the contractor and must be produced solely in the United States of 100% U.S. materials. Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form. 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 System for Award Management (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 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). Please note that ALL materials used in the fabrication of this item shall be furnished by the successful offeror. This solicitation contains DOMESTIC RESTRICTIONS, which means all components and all manufacturing must be obtained/performed within the United States. 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. 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 (C&T) solicitations, use the following link to the DLA TROOP SUPPORT C&T Technical Data Repository area at:http://www.dla.mil/TroopSupport/ClothingandTextiles/SpecRequest.aspx Purchase Order Text ""FLAG, NATIONAL, TYPE I, CLASS 1, "" UNITED STATES OF AMERICA LIGHTWEIGHT NYLON BUNTING ""HOIST 3 FT. 6 IN., FLY 6 FT. 7-3/4 IN. "" MIN. STITCHES 705 EACH STAR . RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT RA001: THIS DOCUMENT INCORPORATES TECHNICAL AND/OR QUALITY REQUIREMENTS (IDENTIFIED BY AN 'R' OR AN 'I' NUMBER) SET FORTH IN FULL TEXT IN THE DLA MASTER LIST OF TECHNICAL AND QUALITY REQUIREMENTS FOUND ON THE WEB AT: http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx FOR SIMPLIFIED ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE SOLICITATION ISSUE DATE OR THE AWARD DATE CONTROLS. FOR LARGE ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE RFP ISSUE DATE APPLIES UNLESS A SOLICITATION AMENDMENT INCORPORATES A FOLLOW-ON REVISION, IN WHICH CASE THE AMENDMENT DATE CONTROLS. RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES INSPECTION OF SUPPLIES SHALL BE IN ACCORDANCE WITH FAR PART 52.246-2 STANDARD INSPECTION. ADDITIONAL INFORMATION FOR MIL-STD-105E: MIL-STD-105E, dated 10 May 1989, is hereby canceled. Future acquisitions may refer to: MIL-STD-1916, ""DoD Preferred Methods for Acceptance of Product,"" or ANSI/ASQ Z1.4, ""Sampling Procedures and Tables for Inspection by Attributes."" Users are cautioned to evaluate these documents for their particular application before citing it as a replacement document. (Copies of MIL-STD-1916 are available online at http://assist.daps.dla.mil or from the Standardization Document Order Desk, 700 Robbins Avenue, Building 4D, Philadelphia, PA 19111-5094.) (Copies of ANSI/ASQ Z1.4 are available online at www.asq.org or ASQ Distribution Center, 5131 S. Third Street, Milwaukee, Wisconsin 53207-6028.) ADDITIONAL INFORMATION FOR ANSI/ASQC Z1.4: NOTE: THE MOST RECENT VERSION OF THIS DOCUMENT SHOULD BE USED. APPLICATION FOR COPIES SHOULD BE ADDRESSED TO: AMERICAN SOCIETY FOR QUALITY 600 NORTH PLANKINTON AVENUE MILWAUKEE, WISCONSIN 53203 (Ref. T0795 - May 17, 2006) Two (2) First Article samples are required. First Article Testing shall be performed and the contractor will be notified in writing within thirty (30) calendar days after Contracting Officer's receipt of First Article samples. RD003, COVERED DEFENSE INFORMATION MAY APPLY MERCURY OR MERCURY CONTAINING COMPOUNDS SHALL NOT BE INTENTIONALLY ADDED TO, OR COME IN DIRECT CONTACT WITH, ANY HARDWARE OR SUPPLIES FURNISHED UNDER THIS CONTRACT. EXCEPTION: FUNCTIONAL MERCURY USED IN BATTERIES, FLUORESCENT LIGHTS, REQUIRED INSTRUMENTS; SENSORS OR CONTROLS; WEAPON SYSTEMS; AND CHEMICAL ANALYSIS REAGENTS SPECIFIED BY NAVSEA. PORTABLE FLUORESCENT LAMPS AND PORTABLE INSTRUMENTS CONTAINING MERCURY SHALL BE SHOCK PROOF AND CONTAIN A SECOND BOUNDARY OF CONTAINMENT OF THE MERCURY OR MERCURY COMPOUND. (IAW NAVSEA 5100-003D). IT IS RECOMMENDED THAT TWO EACH FIRST ARTICLE SAMPLES OF THE END ITEM(S) BE SUBMITTED TO THIS CENTER FOR VISUAL, DIMENSIONAL AND SHADE EXAMINATIONS. THIRTY DAYS WILL BE REQUIRED TO EXAMINE AND EVALUATE THE SAMPLES AND TO FURNISH THE RESULTS AND DIRECTIONS REGARDING PRODUCTION TO THE CONTRACTOR.. NOTE: The Solicitation is not posted with this announcement. Point of Contract (POC) for this solicitation is Quanda.Singleton@dla.mil and John. Fricker@ dla.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ffdbc767dedb40738e66f1e958439e3b/view)
 
Place of Performance
Address: Phoenix, AZ 85043, USA
Zip Code: 85043
Country: USA
 
Record
SN07476271-F 20250614/250612230044 (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.