THIS IS NOT A REQUEST FOR BIDS.
THERE IS NO CURRENT OPEN SOLICITATION
THIS IS A REQUEST FOR MARKET RESEARCH, REGARDING THE ITEM AND QUESTIONS INDICATED BELOW.
COVERALLS, ICVC, OCP
PGC: 04065
NSN: 8415 01 641 9450 (15 sizes)
DLA Troop Support is conducting market research on the above item to determine an acquisition strategy that will enhance our support of military customers worldwide, as well as to determine what industry is capable of providing. For this reason, DLA Troop Support would appreciate your firm sharing its expertise and insight into how this item can be most efficiently procured.
The acquisition approach listed below was designed to promote competition and to ensure a viable industrial base for the supply of COVERALLS, ICVC, OCP. DLA Troop Support anticipates issuing a solicitation in September 2024 for the referenced item(s). DLA Troop Support anticipates awarding a Firm-Fixed Price, Indefinite Delivery, Indefinite Quantity Contract which will contains five (5) one-year tier periods with a separate price submitted for each period. Your firm's response to the questionnaire will help the Government determine an appropriate term for the contract based on the current capabilities of the industry.
It should be noted that this inquiry, in no way, should be interpreted as a solicitation for offers. No information provided in response to this inquiry will be considered binding between the vendor and the Government. Please review the listed specification above and answer the questions on the attached pages. The answers you provide will remain confidential.
Please return this survey to Michael O'Connor by email at Michael.E.Oconnor@dla.mil by July 22 , 2024 3:30 PM Local Philadelphia, PA time.
NOTE: This is a MARKET RESEARCH SURVEY, NOT A REQUEST FOR A BID/PROPOSAL.
Please review the following pages and provide your best ballpark current market prices.
Thank you for your time and consideration.
Government Requirement:
The quantities provided below are estimates and may change at the time of solicitation based on changes in demand and supply position.
PGC: 04065, COVERALLS, ICVC, OCP
Minimum Quantity: 17, 750
Tier 1 - Year 1:
AEQ: 71,000
AOLQ: 88,750
Tier 2 - Year 2
AEQ: 71,000
AOLQ: 88,750
Tier 3 - Year 3
AEQ: 71,000
AOLQ: 88,750
Tier 4 - Year 4:
AEQ: 71,000
AOLQ: 88,750
Tier 5 - Year 5:
AEQ: 71,000
AOLQ: 88,750
Notes:
- AEQ refers to the Government's good faith estimate of the requirements during a specified contract tier. The AEQ does not obligate the government to order a specific quantity, it is provided for informational purposes only.
- The Contract Maximum Quantity assumes an approximate 25% increase in the AEQ for each Tier to account for fluctuations in customer demand. The Government will determine the 30 day not-to exceed quantity based on responses to the survey.
- Ordering period: Five (5) years with tiered pricing for each year
- Delivery Destination: VSTG / VSTJ / VSTZ
- FOB Destination
- Inspection/Acceptance at Origin
The planned Solicitation will be issued using Best Value Trade Off Source Selection Procedures.
DLA Troop Support requires input from industry to formulate our acquisition strategy regarding how many contracts are necessary, the length of the contract(s), and what type of companies and how many companies are interested in competing for the requirement.
Please provide as much insight/information as possible on the following questions to the best of your knowledge at this point in time:
- Company Identification and Contact Information
- Company Description:
- Business size (Large or Small)?
- If you are a Manufacturer, are you planning to submit an offer on this solicitation? (Y/N) __________
- If no, why?
-
- If yes, what is the manufacturing address/ Place of Performance:
- Will any part of the manufacturing process be subcontracted? (Y/N) __________
- What percent will be subcontracted? ____________ %
- What is/are the subcontractor(s) company name and address?
-
-
- What is/are the subcontractor(s)'s CAGE code?
- Item Required:
- Is the item made of any type of material that is a major cost driver? For example, the item is made of {list major materials: i.e., leather, nylon, etc.}
- What is the minimum number of coveralls that your company must manufacture per month to remain sustainable? ___________________________ per month
- What is your proposed unit price for each variety of coveralls at the minimum production rate? ___________________________
- What is the optimal quantity your company would like to manufacture in one month? _____________________________ per month
- What is your proposed unit price for the coveralls at your company's optimal production rate? ___________________________
- What is the maximum number of coveralls your company can manufacture in one month (assuming materials and component are available) without incurring additional costs? _____________________________ per month
- Is the maximum monthly production quantity based on the item in question or is the maximum monthly production quantity based on your total manufacturing capacity?
- What is your proposed unit price for the coveralls at the maximum production rate? ___________________________
The Government anticipates issuing and closing the solicitation for a period of 30 days, is 30 days enough time for your firm to produce and submit Product Demonstration Models (PDMs) from each place of performance made in accordance with the applicable purchase description? (Y/N) -
- If no, how many days are necessary to be able to submit PDMs with your proposal? _________ days
- What is the reason your company cannot produce and submit PDMs in 30 days?
- Are there any known industrial base issues you are aware of with this item?
- Are you able to produce this item while in compliance with Berry Amendment restrictions?
5. Delivery:
- Can you deliver special measurements of the subject item to military customers throughout the US (direct vendor delivery)? Yes / No
- The initial production lead time associated with this item is 180 days.
-
- Is this realistic? (Y/N)
-
-
- If not, what is the estimated initial production lead-time? _________days
-
-
- If not, what is the estimated production lead-time for subsequent delivery orders? _________days
-
-
- If the production lead times of 180 days is not realistic, why?
6. Pricing
- The Government anticipates awarding a 5-year contract at the above expected AEQs, are you able to provide unit pricing for up to five (5) years? (Y/N)
- If yes, please provide estimated prices for the next five (5) years for each item:
Unit Price
(Tier 1 Year 1)
$___/____/____
(Tier 2 Year 2)
$___/____/____
(Tier 3 Year 3)
$___/____/____
(Tier 4 Year 4)
$___/____/____
(Tier 5- Year 5)
$___/____/____
-
- If no, why? (ex: prices of xyz component is too volatile)
- What is your estimated labor to material ratio for purposes of price? Labor: ___________% / Material: ___________%
- Is pricing of the item stable or volatile?
If volatile, why?
Important Notice: 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 https://www.dibbs.bsm.dla.mil//.
Important Notice: New Federal Business Opportunities FBO Website
Federal Business Opportunities (FBO) moved to beta.SAM.gov the weekend of November 8, 2019. Visit beta.SAM.gov today to preview new features like saved searches and the ability to follow notices. For more information, please visit the beta.SAM.gov learning center at https://beta.sam.gov/help/new-to-sam.
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.
Lack of response will be interpreted as non-interest. If you have any further questions, please feel free to contact Michael O'Connor at Michael.e.oconnor@dla.mil.
Background
DLA Troop Support is conducting market research on the above item to determine an acquisition strategy that will enhance their support of military customers worldwide. The acquisition approach listed was designed to promote competition and ensure a viable industrial base for the supply of COVERALLS, ICVC, OCP. DLA Troop Support anticipates issuing a solicitation in September 2024 for the referenced item(s).
Work Details
The coveralls required are flame resistant (FR) coveralls, including Type I - FR Cloth, Twill, Style A - U.S. Army, and Style B - U.S. Marine Corps. The coverall sizes will be X-Small, Small, Medium, Large, and X-Large in Short, Regular, and Long lengths.
The planned solicitation will be issued using Best Value Trade Off Source Selection Procedures.
Place of Performance
The delivery destination is VSTG / VSTJ / VSTZ with FOB Destination and Inspection/Acceptance at Origin.