Search Contract Opportunities

Waist Plate, Gold Plated without Insignia

ID: SPE1C1-22-R-0130 • Type: Synopsis Solicitation

Description

ITEM: Waist Plate, Gold Plated, without Insignia

PGC: 11143, NSN: 8315-01-503-2104

Specification/PD: MIL-DTL-20269F (MC), dated October 9, 2019.

RFP SPE1C1-22-R-0130, will be utilized for the purchase of item Waist Plate, Gold Plated, without Insignia.

A Solicitation is being issued for the purchase of the Waist Plate, Gold Plated, without Insignia.

PGC: 11143, NSN: 8315-01-503-2104

The solicitation will be issued as 100% Small Business Set-Aside, which will result in a firm fixed price contract in accordance with FAR Part 12, Acquisition of Commercial Items. The Waist Plate, Gold Plated, without Insignia is classified under Federal Supply Classification (FSC) Code 8315. The resultant contract will contain a base year, and four (4), one year option terms. This proposed buy will result in a negotiated Indefinite Delivery Type Contract(s) where the Base Year minimum will be 10,000 EA (each) and the maximum will be 50,000 EA (each), with Four (4) One Year term options for 10,000 EA (each) minimum and 50,000 EA (each) maximum for each Option Year term. The annual estimated quantity (AEQ) for this procurement is 40,000 EA (each) for the Base Year and each option year-any combination of items.

This proposed buy will result in one (1) negotiated Indefinite Delivery Type contract. Best Value / Trade Off / Source Selection Procedures will be utilized in making the proposed award, 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 Specification MIL-DTL-20269F (MC), dated October 9, 2019, and 2) Past Performance/Performance Confidence Assessment. The first Delivery Order is due to begin 120 days after award with 30-day increments and 120 days lead time for subsequent delivery orders with 30-day increments. Acquisition is FOB Destination to Travis Association for the Blind, Austin, TX (VSTZ- SD0131)

RFID at item case and pallet level will be required for this item.

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: Specification MIL-DTL-20269F (MC), dated October 9, 2019. Specification will be included at time of solicitation as an attachment. Technical Data is included within Solicitation SPE1C1-22-R-0130. 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 DIBBS and 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.

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:

Rachel Piecyk

Acquisition Specialist

Rachel.1.Piecyk@dla.mil

Phone: 215-737-3305

Overview

Response Deadline
Aug. 17, 2022, 3:00 p.m. EDT Past Due
Posted
July 18, 2022, 7:39 a.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
750 Employees
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
77% of obligations for similar contracts within the Defense Logistics Agency were awarded full & open.
On 7/18/22 DLA Troop Support - Clothing and Textiles issued Synopsis Solicitation SPE1C1-22-R-0130 for Waist Plate, Gold Plated without Insignia due 8/17/22. The opportunity was issued with a Small Business (SBA) set aside with NAICS 339993 (SBA Size Standard 750 Employees) and PSC 8315.

NATO Stock Number

Details for NSN 8315015032104

Item Name
BUCKLE
NIIN
015032104
Standard Unit Price (DLA)
$15.63

Most Recent DLA Purchases
Primary Contact
Name
Donna Kuzma-Streibich   Profile
Phone
(215) 737-8486

Secondary Contact

Name
Vincent Davis   Profile
Phone
(215) 737-3357

Documents

Posted documents for Synopsis Solicitation SPE1C1-22-R-0130

Question & Answer

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation SPE1C1-22-R-0130

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation SPE1C1-22-R-0130

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation SPE1C1-22-R-0130

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
Aug. 18, 2022
Last Updated By
donna.streibich@dla.mil
Archive Date
Aug. 18, 2022