Search Contract Opportunities

SOCKS, BOOT, ANTIMICROBIAL, GREEN

ID: SPE1C1-24-R-0025 • Type: Synopsis Solicitation • Match:  100%
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

ITEM: SOCKS, BOOT, ANTIMICROBIAL, GREEN

PGC: 02882; NSN: 8440-01-508-3356(s) PR--3 pair banded.

PGC: 00035; NSN: 8440-01-688-7015(s) PG--7 pair banded package.

Specification/PD: CR-PD 03-18F --Dated: 15 September 2017

RFP SPE1C1-24-R-0025will be utilized for the purchase of item SOCKS, BOOT, ANTIMICROBIAL, GREEN

A Solicitation is being issued for the purchase of the SOCKS, BOOT, ANTIMICROBIAL, GREEN

ITEM: SOCKS, BOOT, ANTIMICROBIAL, GREEN

PGC: 02882; NSN: 8440-01-508-3356(s)-PR 3 pair banded.

PGC: 00035; NSN: 8440-01-688-7015(s)- PG --7 pair package.

The Solicitation for the purchase of the Socks, Boot, Antimicrobial, Green will result with the intent of the Government to award one or two contracts Lot 001 50% portion, and Lot 002 50% portion. The RFP and proposed contract(s) will be issued as 100% Small Business Set-Aside. Only small business firms may submit offers for this acquisition. The Small Business Set-Aside will result in firm fixed price contract or contracts in accordance with FAR Part 12, Acquisition of Commercial Items. The resultant contract or contracts will contain a base year, and four (4), one year option terms with the same quantities for each year.

This proposed buy will result in a negotiated Indefinite Delivery Type contract(s). This acquisition is a base year, and four (4), one year option terms with the same quantities for each year. The quantities will be as follows:

The quantities are any combination of items.

Total Combined: Minimum: 500,000 PR; AEQ: 2,000,000 PR; Maximum: 3,000,000 PR

Lot 0001: 50% portion

Min: 250,000 PR; Max: 1,500,000 PR; AEQ: 1,000,000 PR

Lot 0002: 50% portion

Min: 250,000 PR; Max: 1,500,000 PR; AEQ: 1,000,000 PR

This proposed buy will result with the intent to have different contractors for each of the separate Lots for contracts that will be awarded from this solicitation to ensure that multiple sources of supplies. The Government reserves the right to exclude under the authority of FAR 6.202 (a) (4) (5) establishing or maintaining alternative sources. The Government reserves the right to make one or two awards to the same source for all items if the same (one) source is deemed the best value for all lots to be awarded under one contract, or one contract for each Lot item to separate vendors of different sources if they are selected as best value.

Offerors are reminded that under the authority of FAR 6.202(a)(4), the Government may exclude an offeror from receiving more than one award under this solicitation.

This proposed buy will result with the intent of the Government to award up to two (2) negotiated Indefinite Delivery Type contracts. Best Value / Trade Off / Source Selection Procedures will be utilized in making the proposed award(s), and as a result, Technical Proposals are required. Technical and Past Performance, when combined, are more important than cost or price. Evaluation factors are as follows in descending order of importance:

  1. Product Demonstration Model (PDM) in accordance with CR-PD 03-18F, dated 15 September 2017

and

  1. Past Performance/Performance Confidence Assessment.

Physical test reports in accordance with the physical and colorfastness requirements in TABLE I and TABLE III of CR-PD-03-18F, Dated 15 September 2017 are required to be submitted along with PDMs submission.

The first Delivery Order is due to begin 120 days after award with 30-day increments and 90 days lead time for subsequent delivery orders with 30-day increments. Acquisition is FOB Destination to Travis Association for the Blind, Austin TX and Pendergrass Distribution Center, Pendergrass, GA.

RFID is required at item, case and pallet as the items are in the Warfighter Recruit Bag.

All materials used to manufacture this item are to be furnished by the contractor.

All materials/components shall be Berry Amendment compliant.

Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form.

SPECIFICATION:CR-PD 03-18F, dated 15 September 2017. Specification will be included at time of solicitation as an attachment. Technical Data is included within Solicitation SPE1C1-24-R-0025. Specification and Tech are included as an attachment to the solicitation document in SAM.gov and DIBBS.

Solicitation is posted concurrently on https://www.dibbs.bsm.dla.mil/Solicitations/. Detailed system requirements and instructions for registration can be found on the DLA DIBBS Home Page accessed on https://www.dibbs.bsm.dla.mil/default.aspx. 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.gov) website. 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 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 Solicitation is also posted in SAM.gov simultaneously with this synopsis.

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.

DLA Troop Support has developed a web-based system that allows manufacturers the ability to request specifications, PATTERNS and drawings on our contracting page (if patterns and drawings are available).

NOTE: Commercial Items do not have patterns. The items in this solicitation are considered commercial items and DO NOT have patterns or artwork for logos (should logos apply).

To request technical data for DLA Troop Support Clothing and Textiles (DLA C&T) solicitations, use the following link to the DLA C&T Technical Data Repository area at http://www.dla.mil/TroopSupport/ClothingandTextiles/SpecRequest.aspx .

Contracting Office Address:

700 Robbins Avenue

Philadelphia, Pennsylvania 19111-5096

Primary Point of Contact:

Donna Kuzma-Streibich

Contracting Officer

Donna.Streibich@dla.mil

Phone: 215-737-8486

Secondary Point of Contact:

Vincent D. Davis

Acquisition Specialist

Vincent.davis@dla.mil

Phone: 215-737-3357

Secondary Point of Contact:

Mimi Pham

Acquisition Specialist

Mimi.Pham@dla.mil

Phone: 215-737-0316

Overview

Response Deadline
Jan. 12, 2024, 3:00 p.m. EST Past Due
Posted
Nov. 20, 2023, 7:28 a.m. EST
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source

Current SBA Size Standard
850 Employees
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
On 11/20/23 DLA Troop Support - Clothing and Textiles issued Synopsis Solicitation SPE1C1-24-R-0025 for SOCKS, BOOT, ANTIMICROBIAL, GREEN due 1/12/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 315120 (SBA Size Standard 850 Employees) and PSC 8440.

NATO Stock Number

Details for included NSNs

Item Name
SOCKS
NIIN
015083356
Standard Unit Price (DLA)
$0.00

Item Name
SOCKS
NIIN
016687021
Standard Unit Price (DLA)
$1.74
Primary Contact
Name
Donna Kuzma-Streibich215-737-8486   Profile
Phone
(215) 737-8486

Secondary Contact

Name
Vincent Davis   Profile
Phone
(215) 737-3357

Documents

Posted documents for Synopsis Solicitation SPE1C1-24-R-0025

Question & Answer

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

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation SPE1C1-24-R-0025

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation SPE1C1-24-R-0025

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation SPE1C1-24-R-0025

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. 13, 2024
Last Updated By
donna.streibich@dla.mil
Archive Date
Jan. 13, 2024