Search Contract Opportunities

CHAPS, CHAIN SAW PROTECTIVE

ID: SPE1C1-22-R-0043 • Type: Presolicitation

Description

The proposed RFP is for the PROTECTIVE CHAPS, NSN 8415-00-286-7507 (s). Subject item is made in accordance with Department of Agriculture, Forest Service specification 6170-4J DATED 20 MAY 2021. The solicitation will be issued as a Total Small Business Set Aside and awarded under an Indefinite Delivery Type Contract. The resultant contract will be for a base term and four (4) one-year option terms. The base year and each of the four one-year option terms will have a minimum quantity of 1,938 PR, and an annual order limitation quantity (AOLQ) of 9,690 PR. All materials used in the fabrication of these items are to be furnished by the successful offeror.

Best Value Lowest Price Technically Acceptable Source Selection Procedures will be used. The objectives of the acquisition are met through determining offers technically acceptable. An offer will be determined Technically Acceptable when it meets the minimum requirements of the solicitation and takes no exception to any terms or conditions of the solicitation. Award will be made based upon the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The following technical evaluation factors are anticipated:

  1. Proof of ISO 9001 Certification upon Proposal Submission.
  2. Proof of NFPA 1977 Certification OR Proof of Application for National Fire Protection Association (NFPA) Standard 1977 Certification.
  3. Terms and Conditions: The offeror must meet the minimum requirements of the solicitation and take no exception to any of the terms or conditions. Each offeror must complete a clause checklist verifying that all listed clauses are completed in full. Failure to complete all clauses listed in the checklist may determine an offeror technically unacceptable.

NFPA 1977 Certification is required prior to award. If the item fails NFPA 1977 Certification or if proof of NFPA 1977 Certification cannot be produced in the timeframe designated by the Contracting Officer prior to award, the Government will reserve the right to award to the next lowest technically acceptable offeror.

Although Past Performance is not a technical evaluation factor, the Government reserves the right to review Past Performance when making a determination of responsibility. This may include the review of Past Performance data from other sources such as the Past Performance Information Retrieval System (PPIRS) and Federal Awardee Performance and Integrity Information System (FAPIIS); as well as information pertaining to production capacity, technical capacity, procurement history, financial capability, laws and regulations, and integrity and ethics.

The acquisition will be FOB Destination, Inspection and Acceptance at Origin. Initial shipment of this item is required 120 days after date of award. Subsequent delivery orders will have a production lead time of 90 days. Pre-production First Article samples will be required within 30 days.

It is anticipated that this solicitation will be posted to the DLA Internet Bid Board System (DIBBS) in the month of January 2022. All offerors MUST be registered in the System for Award Management (www.sam.gov) in order to be eligible for award. All responsible sources may submit offers which shall be considered if received timely.

CAUTION NOTICE:

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. 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 2AQW 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) 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.

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.

Overview

Response Deadline
Dec. 29, 2021, 5:00 p.m. EST Past Due
Posted
Dec. 13, 2021, 10:36 a.m. EST
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
600 Employees
Pricing
Likely Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Odds of Award
25%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
81% of obligations for similar contracts within the Defense Logistics Agency were awarded full & open.
On 12/13/21 DLA Troop Support - Clothing and Textiles issued Presolicitation SPE1C1-22-R-0043 for CHAPS, CHAIN SAW PROTECTIVE due 12/29/21. The opportunity was issued with a Small Business (SBA) set aside with NAICS 315990 (SBA Size Standard 600 Employees) and PSC 8415.

NATO Stock Number

Details for NSN 8415002867507

Item Name
GUARD, LEG, FOREST WORKER
NIIN
002867507
Standard Unit Price (DLA)
$143.32

Most Recent DLA Purchases
Primary Contact
Name
Rafael Nazario-Vidal215-737-8613   Profile
Phone
None

Secondary Contact

Name
Clifford LAWSON215-737-8427   Profile
Phone
None

Documents

Posted documents for Presolicitation SPE1C1-22-R-0043

Question & Answer

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation SPE1C1-22-R-0043

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation SPE1C1-22-R-0043

Similar Active Opportunities

Open contract opportunities similar to Presolicitation SPE1C1-22-R-0043

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > TROOP SUPPORT CLOTHING & TEXTILE > DLA TROOP SUPPORT
FPDS Organization Code
97AS-SPE1C1
Source Organization Code
500040342
Last Updated
Dec. 13, 2021
Last Updated By
rafael.nazario.vidal@dla.mil
Archive Date
Dec. 13, 2021