Search Contract Opportunities

Helmet, Advanced Combat, Second Generation (ACH GEN II)

ID: SPE1C1-19-R-0163 • Type: Presolicitation

Description

This acquisition is for an Indefinite-Delivery, Indefinite-Quantity Type Contract for the manufacture and delivery of the "Helmet, Advanced Combat, Second Generation (ACH GEN II).
The "Helmet, Advanced Combat, Second Generation (ACH GEN II)" is to be made in accordance with purchase descriptions AR/PD 14-01 Revision C Amend 1, dated June 20, 2019 and with "Quality Assurance Annex." The National Stock Numbers (NSNs) associated with the ACH GEN II are 8470-01-662-5030 (Small), 8470-01-662-5038 (Medium), 8470-01-662-5026 (Large) and 8470-01-662-5035 (Extra-Large).

This acquisition will contain TWO separate and distinct Portions 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.

The quantities for Portion #1 are as follows: Base Year: Minimum 18,750 each / Annual Estimated Quantity 75,000 each / Annual Order Limitation Quantity 130,377. The Four One-Year Option Periods: Minimum 18,750 each / Annual Estimated Quantity 75,000 each / Annual Order Limitation Quantity 108,750 each.

The quantities for Portion #2 are as follows: Base Year: Minimum 12,500 each / Annual Estimated Quantity 50,000 each / Annual Order Limitation Quantity 86,918 each. The Four One-Year Option Periods: Minimum 12,500 each / Annual Estimated Quantity 50,000 each / Annual Order Limitation Quantity 72,500 each.

The solicitation will contain two separate and distinct portions 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. Portion #1 and Portion #2 quantities such as the guaranteed minimum, estimated and annual order limitation quantities are contained in the following pages within the solicitation. 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 PORTION #1(Unrestricted) before the award for PORTION #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 PORTION #1 will be eliminated from competition on PORTION #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.

All material shall be contractor furnished. Deliveries are FOB Destination and the destination locations are the DLA Depots in Lansing, MI, Pendergrass, GA and Austin, TX.

Inspection and Acceptance at Origin.

First Article Testing is required. Production Lot Testing is required.

The solicitation number is SPE1C1-19-R-0163. The estimated release date of the solicitation is December 2019.

The delivery schedule for each Portion is as follows:
Portion #1:
First Article Test (FAT) Samples - 180 days after date of award
Government Approval/Disapproval of FAT - 150 days after FAT submission
1st Delivery Order Delivery Schedule - starting 150 days after FAT approval at a rate of up to 10,000 a month
* All delivery orders placed thereafter will have a delivery schedule of 120 days at a rate of up to 10,000 a month.
Portion #2:
First Article Test (FAT) Samples - 180 days after date of award
Government Approval/Disapproval of FAT - 150 days after FAT submission
1st Delivery Order Delivery Schedule - starting 150 days after FAT approval at a rate of up to 7,300 a month
* All delivery orders placed thereafter will have a delivery schedule of 120 days at a rate of up to 7,300 a month.
A pre-proposal conference will be at DLA Troop Support. The date, time and instructions will be detailed in the solicitation.

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 are: (A) Product Demonstration Models (PDMs) and (B) Past Performance - Performance Confidence Assessment. The Past Performance will contain the following sub-factors: (a) Recency, (b) Relevancy and (2) Quality and Delivery Performance. Specific details of the requirements for the PDMs will be outlined in the solicitation.

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

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
None
Posted
Sept. 27, 2019, 2:13 p.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
500 Employees
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
25%
Vehicle Type
Indefinite Delivery Contract
On 9/27/19 DLA Troop Support - Clothing and Textiles issued Presolicitation SPE1C1-19-R-0163 for Helmet, Advanced Combat, Second Generation (ACH GEN II). The opportunity was issued full & open with NAICS 333999 and PSC 84.

NATO Stock Number

Details for included NSNs

Item Name
HELMET, ADVANCED COMBAT
NIIN
016625030
Standard Unit Price (DLA)
$570.59

Item Name
HELMET, ADVANCED COMBAT
NIIN
016625038
Standard Unit Price (DLA)
$570.59

Item Name
HELMET, ADVANCED COMBAT
NIIN
016625035
Standard Unit Price (DLA)
$570.59

Item Name
HELMET, ADVANCED COMBAT
NIIN
016625026
Standard Unit Price (DLA)
$570.59
Primary Contact
Name
Mara Cremen   Profile
Phone
(215) 737-8094

Documents

Posted documents for Presolicitation SPE1C1-19-R-0163

Question & Answer

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation SPE1C1-19-R-0163

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation SPE1C1-19-R-0163

Similar Active Opportunities

Open contract opportunities similar to Presolicitation SPE1C1-19-R-0163

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > DLA Troop Support - Clothing & Textiles
Source Organization Code
a373149bbcf23d00955e69671fcd87dc
Last Updated
Sept. 27, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
Sept. 27, 2019