Search Contract Opportunities

Rifleman Set w/TAP and Components

ID: SPE1C1-19-R-0021 • Type: Presolicitation

Description

Posted: July 12, 2019, 7:27 a.m. EDT
This notice supercedes the original notice posted on 12/10/18, 3/18/2019, and 4/22/2019:
This acquisition is for the manufacture and delivery of the Rifleman's Set with Tactical Assault Panel (TAP) and its associated components in accordance with purchase descriptions GL-PD-05-03C dated 13 May 2015 and CO-PD-02-02M dated 5 April 2019. The Rifleman's Set w/TAP is a component of the Modular Lightweight Load Carrying Equipment (MOLLE) ensemble. This acquisition will result in the award of two (2) Lots. Lot #1 is a fixed quantity, firm fixed price for 186,800 Rifleman's Sets w/TAP (NSN 8465-01-641-3485). Lot #2 is a firm fixed-priced, long-term Indefinite Delivery, Indefinite Quantity (IDIQ) contract consisting of a one (1) year base term and two (2), one (1) year option terms.

This solicitation contains two separate and distinct portions or lots that will result in two separate awards. For the purposes of efficiency, these portions are being combined in one solicitation rather than issuing separate solicitations for each portion. Lot #1 is for a fixed quantity. Lot #2 quantities such as the guaranteed minimum, estimated and annual order limitation quantities are contained in the following pages within this IAP. A single contract will be awarded for each portion based on the evaluation criteria contained in sections L & M of the solicitation. However, no offeror will receive an award for more than one portion. The Government intends to award LOT #1(Unrestricted) before the award for LOT #2 (Unrestricted). To ensure that multiple sources are available, and to ensure the continuous availability of reliable sources of supply, the offeror who is selected as the best value for LOT #1 will be eliminated from competition on LOT #2 based on the authority in FAR 6.202(a)(4). Orders will be issued under each separate contract in accordance with the terms and conditions of the contract and without notice to, or consideration of, any other contractor, or consideration of the terms and conditions of any other contract. Please note that the above scenario details the Government's intent; however, we reserve the right to make awards out of sequence if deemed necessary. Businesses are invited to offer on any or all portions in which they meet the requirements.

The Items and quantities to be procured per Lot and per term are listed below:
LOT #1:
Rifleman's Set w/TAP - NSN: 8465-01-641-3485
Fixed Quantity: 186,800 Sets
LOT #2: IDIQ Contract
a. Rifleman's Set w/TAP - NSN 8465-01-641-3485
Base Year
Guaranteed Minimum Quantity - 20,000 sets
Annual Estimated Quantity - 80,000 sets
Annual Order Limitation Quantity - 100,000 sets

Option Years 1 & 2
Guaranteed Minimum Quantity - 20,000 sets
Annual Estimated Quantity - 80,000 sets
Annual Order Limitation Quantity - 100,000 sets

b. Assault Pack - NSN 8465-01-641-6358
Base Year
Guaranteed Minimum Quantity - 18,000 ea
Annual Estimated Quantity - 72,000 ea
Annual Order Limitation Quantity - 90,000 ea

Option Years 1 & 2
Guaranteed Minimum Quantity - 6,250 ea
Annual Estimated Quantity - 25,000 ea
Annual Order Limitation Quantity - 36,000 ea

c. M4 Two Magazine Pouch - NSN 8465-01-641-9431
Base Year
Guaranteed Minimum Quantity - 33,750 ea
Annual Estimated Quantity - 135,000 ea
Annual Order Limitation Quantity - 168,750 ea

Option Years 1 & 2
Guaranteed Minimum Quantity - 32,500 ea
Annual Estimated Quantity - 130,000 ea
Annual Order Limitation Quantity - 162,500 ea

d. Waist Pack - NSN 8465-01-641-9395
Base Year
Guaranteed Minimum Quantity - 1,560 ea
Annual Estimated Quantity - 6,240 ea
Annual Order Limitation Quantity - 7,800 ea

Option Years 1 & 2
Guaranteed Minimum Quantity -1,000 ea
Annual Estimated Quantity - 4,000 ea
Annual Order Limitation Quantity - 5,000 ea

e. Hand Grenade Pouch - NSN 8465-01-641-9377
Base Year
Guaranteed Minimum Quantity - 2,100 ea
Annual Estimated Quantity - 8,400 ea
Annual Order Limitation Quantity - 10,500 ea

Option Years 1 & 2
Guaranteed Minimum Quantity - 1,350 ea
Annual Estimated Quantity - 5,400 ea
Annual Order Limitation Quantity - 6,750 ea

f. Canteen, General Purpose Pouch - NSN 8465-01-641-9310
Base Year
Guaranteed Minimum Quantity - 3,000 ea
Annual Estimated Quantity - 12,000 ea
Annual Order Limitation Quantity - 15,000 ea

Option Years 1 & 2
Guaranteed Minimum Quantity - 2,200 ea
Annual Estimated Quantity - 8,800 ea
Annual Order Limitation Quantity - 11,000 ea

g. Flash Bang Grenade Pouch - NSN 8465-01-641-9419
Base Year
Guaranteed Minimum Quantity - 960 ea
Annual Estimated Quantity - 3,840 ea
Annual Order Limitation Quantity - 4,800 ea

Option Years 1 & 2
Guaranteed Minimum Quantity - 600 ea
Annual Estimated Quantity - 2,400 ea
Annual Order Limitation Quantity - 3,000 ea

h. Medium Rucksack Set - NSN 8465-01-641-6353
Base Year
Guaranteed Minimum Quantity - 22,310 ea
Annual Estimated Quantity - 96,830 ea
Annual Order Limitation Quantity - 118,000 ea

Option Years 1 & 2
Guaranteed Minimum Quantity - 2,240 ea
Annual Estimated Quantity - 8,960 ea
Annual Order Limitation Quantity - 10,000 ea

i. Saw Gunner Set NSN 8465-01-641-5336
Base Year and Option Years 1 & 2
Guaranteed Minimum Quantity - 8,050 sets
Annual Estimated Quantity - 32,200 sets
Annual Order Limitation Quantity - 40,250 sets
j. 100 Round Utility Pouch NSN 8465-01-642-2284
Base Year and Option Years 1 & 2
Guaranteed Minimum Quantity - 5,000 ea
Annual Estimated Quantity - 20,000 ea
Annual Order Limitation Quantiy - 25,000 ea
k. 200 Round Saw Gunner Pouch NSN 8465-01-642-2292
Base Year and Option Years 1 & 2
Guaranteed Minimum Quantity - 5,000 ea
Annual Estimated Quantity - 20,000 ea
Annual Order Limitation Quantity - 25,000 ea
l. Grenadier Set NSN 8465-01-641-6242
Base Year and Option Years 1 & 2
Guaranteed Minimum Quantity - 8,050 sets
Annual Estiamted Quantity - 32,200 sets
Annual Order Limitation Quantity - 40,250 sets
m. 40mm High Explosive Pouch Single NSN 8465-01-642-2291
Base Year and Option Years 1 & 2
Guaranteed Minimum Quantity - 5,000 ea
Annual Estimated Quantity - 20,000 ea
Annual Order Limitation Quantity - 25,000 ea
n. 40mm High Explosive Pouch Double NSN 8465-01-642-2293
Base Year and Option Years 1 & 2
Guarnateed Minimum Quatity - 5,000 ea
Annual Estiamted Quantity - 20,000 ea
Annual Order Limitation Quantity - 25,000 ea
o. 40mm Pyrotechnic Pouch Double NSN 8465-01-642-2291
Base Year and Option Years 1 & 2
Guaranteed Minimum Quantity - 5,000 ea
Annual Estimated Quantity - 20,000 ea
Annual Order Limitation Quantity - 25,000 ea
p. Tactical Assault Panel (TAP) NSN 8465-01-641-8924
Base Year and Option Years 1 & 2
Guaranteed Minimum Quantity - 3,000 ea
Annual Estimated Quantity - 12,000 ea
Annual Order Limitation Quantity - 15,000 ea
2. This acquisition will utilize Best Value, Trade-Off Source Selection Procedures in accordance with the DoD Source Selection Procedures dated March 31, 2016. The solicitation's evaluation factors, which are listed in descending order of importance, will include Product Demonstration Models, Past Performance - Performance Confidence Assessment and Socioeconomic Program Support.

3. Price Evaluation: All offered prices will be evaluated against the requirements of the solicitation. The offered prices (and if requested with initial proposal or during discussions, cost or pricing data or information other than cost or pricing data) will be evaluated in accordance with FAR 15.4 to ensure that award will be made at fair and reasonable prices.

4. Production Lead Time (PLT) for the initial award is 180 days after date of award with 30-day incremental monthly deliveries. PLT for subsequent orders will be 150 days after date of award. Deliveries shall be made to Austin, TX, Pendergrass, GA, and Lansing, MI.

5. The planned acquisition will be issued on an Unrestricted Basis with 10% HUBZone Preference. The Government intends to make a single award to the responsible offeror whose proposal meets all terms and conditions of the solicitation, is determined to be the best value to the Government and submits an overall price that is determined to be fair and reasonable by the contracting officer.

6. The solicitation will be issued on an FOB Destination basis in accordance with FAR 47.304-1(g)(5). All offered products MUST meet the provisions of DFARS 252.225-7012 Preference for Certain Domestic Commodities.

THIS SOLICITATION IS NOW POSTED ON DIBBS - SPE1C1-19-R-0021 - WITH A CLOSING DATE OF AUGUST 26, 2019. PLEASE REFER TO THE SOLICITATION FOR MORE DETAILS.
Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form.

It is estimated that the Solicitation will be posted on https://www.dibbs.bsm.dla.mil/ within 15 days of this notice. 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). 3. A Commercial and Government Entity (CAGE) Code registration will be processed within five business days. 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).

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.

Interested vendors can request the corresponding drawings, specifications or patterns through the following link AFTER the solicitation has been posted to DIBBS.

http://www.dla.mil/TroopSupport/ClothingandTextiles/SpecRequest.aspx

Posted: April 22, 2019, 1:31 p.m. EDT
Posted: March 18, 2019, 8:28 p.m. EDT
Posted: Feb. 26, 2019, 12:50 p.m. EST
Posted: Dec. 10, 2018, 8:25 a.m. EST

Overview

Response Deadline
None
Posted
Dec. 10, 2018, 8:25 a.m. EST (updated: July 12, 2019, 7:27 a.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
500 Employees
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
25%
On 12/10/18 DLA Troop Support - Clothing and Textiles issued Presolicitation SPE1C1-19-R-0021 for Rifleman Set w/TAP and Components. The opportunity was issued full & open with NAICS 314910 and PSC 84.

NATO Stock Number

Details for included NSNs

Item Name
TACTICAL ASSAULT PANEL
NIIN
016418924
Standard Unit Price (DLA)
$39.40

Item Name
BAG, INDIVIDUAL EQUIPMENT, CARRIER
NIIN
016422293
Standard Unit Price (DLA)
$8.29

Item Name
POCKET, AMMUNITION MAGAZINE
NIIN
016415336
Standard Unit Price (DLA)
$97.17

Item Name
STRAP, WEBBING
NIIN
016422284
Standard Unit Price (DLA)
$14.28

Item Name
FIELD PACK
NIIN
016416358
Standard Unit Price (DLA)
$120.00

Item Name
CARRIER, GRENADE
NIIN
016419377
Standard Unit Price (DLA)
$6.37

Item Name
POUCH, CANTEEN
NIIN
016419310
Standard Unit Price (DLA)
$14.58

Item Name
CARRIER, GRENADE
NIIN
016419419
Standard Unit Price (DLA)
$5.36

Item Name
CARRIER, GRENADE
NIIN
016416242
Standard Unit Price (DLA)
$100.11

Item Name
POCKET, AMMUNITION MAGAZINE
NIIN
016419431
Standard Unit Price (DLA)
$8.86

Item Name
FIELD PACK
NIIN
016416353
Standard Unit Price (DLA)
$234.01

Item Name
BAG, INDIVIDUAL EQUIPMENT, CARRIER
NIIN
016422291
Standard Unit Price (DLA)
$5.04

Item Name
RIFLEMAN KIT
NIIN
016413485
Standard Unit Price (DLA)
$470.74

Item Name
POCKET, AMMUNITION MAGAZINE
NIIN
016422292
Standard Unit Price (DLA)
$14.43

Item Name
WAIST PACK
NIIN
016419395
Standard Unit Price (DLA)
$21.91
Primary Contact
Title
Contract Specialist
Name
Michelle A. Falkowski   Profile
Phone
(215) 737-5479
Fax
None

Secondary Contact

Title
Contracting Officer
Name
Maria Del C, Aguayo   Profile
Phone
(215) 737-5701
Fax
215-737-2136

Documents

Posted documents for Presolicitation SPE1C1-19-R-0021

Question & Answer

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation SPE1C1-19-R-0021

Contract Awards

Prime contracts awarded through Presolicitation SPE1C1-19-R-0021

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation SPE1C1-19-R-0021

Similar Active Opportunities

Open contract opportunities similar to Presolicitation SPE1C1-19-R-0021

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > DLA Troop Support - Clothing & Textiles
Source Organization Code
a373149bbcf23d00955e69671fcd87dc
Last Updated
Aug. 26, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
Aug. 26, 2019