Trade Leads

CLOTHING AND EQUIPMENT
Clothing, individual equipment & insignia NAICS Code: 314 -- Textile Product Mills/314999 -- All Other Miscellaneous Textile Product Mills A request for proposal will be solicited for the Waterproof Clothing Bag, NSN: 8465-00-261-6909. This solicitation will be issued as a Total Small Business Set-Aside and will provide for a base year with two one-year term options. It will be an Indefinite Delivery Type Contract for the following quantities: GM* AEQ* AOLQ* Base Period 96,401 173,153 243,967 Option 1 25,584 102,336 127,920 Option 2 25,584 102,336 127,920 *GM: Guaranteed Minimum Quantity; AEQ: Annual Estimated Quantity; AOLQ: Annual Order Limitation Quantity Production Lead Time for Waterproof Clothing Bags will be 150 days after award for initial delivery order and 120 days for subsequent delivery orders. Deliveries will be required to the following destinations: Travis Association for the Blind (DoDAAC: SD0131) 2301 E. St. Elmo Rd. Bldg 2, Suite 220 Austin, TX 78744 Peckham Vocational Industries (DoDAAC: UY0157) 5408 W. Grand River Avenue, Bldg B Lansing, MI 48906 Lion Vallen Industries (DoDAAC: UY0159) Pendergrass Distribution Center 596 Bonnie Valentine Way, Door 28 Pendergrass, GA 30567 Best Value, Lowest Price Technically Acceptable (LPTA), Source Selection procedures will be utilized in this solicitation and offerors will be required to submit a technical proposal. Technical acceptability will be based on meeting the following non-price factors: Technical Factor - Product Demonstration Models (PDMs) •a. Visual Requirements •b. Dimensional Requirements •c. Physical Testing (IAW A-A-55092 / 16 November 1992) 1. Hydrostatic Resistance of Side and Bottom Seams and Bartacked Side Seam 2. Seam Adhesion Test (Initial) The Government will make an award to the responsible offeror who meets all terms and conditions of the solicitation, determined technically acceptable at the lowest, overall price that is determined fair and reasonable. The Government will calculate an offeror's total evaluated price by multiplying the unit price for each ordering period by the annual order limitation quantities (AOLQ). DFARS clause 252.211-7006 "Radio Frequency Identification" applies to this solicitation for ALL destinations. DFARS clause 252.225-7012 Preference for Certain Domestic Commodities applies to this acquisition. Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form. This is a pre-solicitation synopsis. The actual Request For Proposals (RFP), with information and specifics, will be posted on https://www.dibbs.bsm.dla.mil/. Once the solicitation is issued through DIBBS, prospective vendors may request the technical package from Clothing & Textile's Technical Data Repository (TDR) through the following link: http://www.troopsupport.dla.mil/Portal/sreqfrm.aspx For information regarding this synopsis, contact Joseph Szwec at 215-737-0321; Joseph.Szwec@dla.mil or Maria Aguayo at 215-737-5701; maria.aguayo@dla.mil Contracting Office Address: 700 Robbins Avenue Philadelphia, Pennsylvania 19111-5096 United States Primary Point of Contact.: Joseph J Szwec, Acquisition Specialist/Contracting Officer Joseph.Szwec@dla.mil Phone: 215-737-0321 Fax: 215-737-5694 Secondary Point of Contact: Maria Del C, Aguayo, Contracting Officer Maria.Aguayo@dla.mil Phone: 215-737-5701 Fax: 215-737-2136