Search Contract Opportunities

Cloth, Elastique, Polyester/Wool, Army Heritage Green, Shade 564

ID: SPE1C1-23-R-AGSU_Green_Cloth • Type: Presolicitation

Description

Posted: Aug. 22, 2023, 7:29 a.m. EDT

Updated 8/17/2023:

This procurement is for the manufacture and delivery of the Cloth , Elastique, Polyester/Wool, Army Heritage Green, Shade 564. The applicable NSN is 8305-01-684-0919 and Product Group Code (PGC) is 12169. The cloth shall conform to the requirements of Purchase Description GL-PD-19007A dated 5 Feb 2020. Standard sample is identified as roll number 3958 and is available for shade, finish, and colorfastness.

This procurement contains a five (5) year ordering period. Within the five (5) year ordering period, there will be five (5) 12-month price tier periods. The resultant contract will be a Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) with Economic Price Adjustment (EPA) for wool only. The EPA will apply to price tier 2 through 5 only.

Contract Guaranteed Minimum Quantity is 108,000 yards.

Annual Estimated Quantity (AEQ) is 432,552 yards for each Tier period.

Contract Maximum Quantity is 2,703,450 yards.

The Production Lead Time (PLT):

  • For initial delivery order, the PLT is 360 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, then the PLT for initial delivery period is 210 days after contract award/delivery order issuance and/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 the second through five price tier periods. Best Value Tradeoff Source Selection Procedures will be used. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The most important evaluation factor for this acquisition is Past Performance Confidence Assessment, followed by the Socioeconomic Program Support. As other evaluation factors become more equal, the evaluated cost or price becomes more important. 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 and on the SAM.gov website as a contract opportunity. 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.

Posted: Dec. 2, 2022, 10:43 a.m. EST

Overview

Response Deadline
Sept. 30, 2023, 11:59 p.m. EDT (original: Feb. 1, 2023, 11:59 p.m. EST) Past Due
Posted
Dec. 2, 2022, 10:43 a.m. EST (updated: Aug. 22, 2023, 7:29 a.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
1000 Employees
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
25%
Vehicle Type
Indefinite Delivery Contract
On 12/2/22 DLA Troop Support - Clothing and Textiles issued Presolicitation SPE1C1-23-R-AGSU_Green_Cloth for Cloth, Elastique, Polyester/Wool, Army Heritage Green, Shade 564 due 9/30/23. The opportunity was issued full & open with NAICS 313310 and PSC 8305.

NATO Stock Number

Details for NSN 8305016840919

Item Name
CLOTH, ELASTIQUE
NIIN
016840919
Standard Unit Price (DLA)
$34.35
Primary Contact
Name
Aaron Rinnier   Profile
Phone
None

Secondary Contact

Name
D'Avella, Anthony   Profile
Phone
(215) 737-3193

Documents

Posted documents for Presolicitation SPE1C1-23-R-AGSU_Green_Cloth

Question & Answer

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation SPE1C1-23-R-AGSU_Green_Cloth

Similar Active Opportunities

Open contract opportunities similar to Presolicitation SPE1C1-23-R-AGSU_Green_Cloth

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
Oct. 15, 2023
Last Updated By
baotran.dao@dla.mil
Archive Date
Oct. 15, 2023