Search Contract Opportunities

CSU-22/P, Advanced Technology Anti-G Suit (ATAGS)

ID: SPE1C1-23-R-0024 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

This acquisition is for a Four (4) year Indefinite Delivery Indefinite Quantity contract, consisting of a One (1) year base and Three (3) One-Year option periods, for the CSU-22/P, Advanced Technology Anti-G Suit (ATAGS).

The National Stock Numbers (NSNs) are 8475-01-455-0782(s) and there are 11 sizes.

The CSU-22P, Advanced Technology Anti-G Suit (ATAGS) SHALL BE MADE IN ACCORDANCE WITH SPECIFICATION NUMBER HSW AT AGS-001 REV D. 30 August 2006, SPECIFICATION NUMBER 40470G-01KX-0 Rev D AND ALL APLICABLE DRAWINGS.

The item requires Engineering Source Approval (ESA) by the design control activity at Robbins Air Force Base in order to maintain the quality of the item.

The solicitation number is SPE1C1-23-R-0024. The estimated release date of the solicitation is January 23, 2023.

All material shall be contractor furnished. First Article Testing (FAT) and Production Lot Testing is required for this item. The Contractor is responsible to pay for all First Article and Lot Acceptance Testing.

The Base Year and three one-year Option Periods each consist of a minimum quantity of 630, annual estimated quantity of 2,520 and an annual order limitation quantity of 3,150.

The production lead time (PLT) is as follows: First Article Test (FAT) submission is 90 days after date of award, 30 days for Government review of FAT and a production Lead-Time (PLT) of 238 days at a rate of up to 260 each a month (no more than 3 sizes a month) with a minimum monthly quantity of 50 a month. If FAT is waived for a contractor the production lead-time will be 238 days at a rate of up to 260 each a month (no more than 3 sizes a month) with a minimum monthly quantity of 50 a month.

All deliveries will be to the DLA Depots in Lansing, MI, Pendergrass, GA and Austin, TX.

Deliveries are FOB Destination. Inspection and Acceptance at Origin

To ensure timely delivery and a quality product, this acquisition will be procured using Best Value/Tradeoff Source Selection procedures. The use of Best Value procedures will allow the Government to comparatively evaluate technical merit as well as cost or price to select the source which demonstrates the highest probability of successful performance at a reasonable price. The non-cost or price evaluation factor is Past Performance Performance Confidence Assessment. The Past Performance will contain the following aspects: (a) Recency, (b) Relevancy of Prior Contract and (2) Quality and Delivery Performance.

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/.

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 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

http://quicksearch.dla.mil/qsSearch.aspx

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), 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.

Overview

Response Deadline
Dec. 31, 2023, 5:00 p.m. EST Past Due
Posted
Dec. 1, 2022, 8:24 a.m. EST
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
600 Employees
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
25%
Vehicle Type
Indefinite Delivery Contract
On 12/1/22 DLA Troop Support - Clothing and Textiles issued Presolicitation SPE1C1-23-R-0024 for CSU-22/P, Advanced Technology Anti-G Suit (ATAGS) due 12/31/23. The opportunity was issued full & open with NAICS 315990 and PSC 8475.

NATO Stock Number

Details for NSN 8475014550782

Item Name
TROUSERS, ANTI-G
NIIN
014550782
Standard Unit Price (DLA)
$4,976.34

Approved Suppliers
Primary Contact
Name
Mara Cremen   Profile
Phone
(215) 737-8094

Secondary Contact

Name
Daniel Price   Profile
Phone
(215) 737-8101

Documents

Posted documents for Presolicitation SPE1C1-23-R-0024

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation SPE1C1-23-R-0024

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation SPE1C1-23-R-0024

Similar Active Opportunities

Open contract opportunities similar to Presolicitation SPE1C1-23-R-0024

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
Jan. 15, 2024
Last Updated By
mara.cremen@dla.mil
Archive Date
Jan. 16, 2024