Cap, Water Canteen-CBRN

Agency: DEPT OF DEFENSE
State: Federal
Level of Government: Federal
Category:
  • 84 - Clothing, Individual Equipment, and Insignia
Opps ID: NBD00159850101833392
Posted Date: Apr 12, 2024
Due Date: Apr 29, 2024
Solicitation No: SPE1C1-24-R-0042
Source: Members Only
Follow
Cap, Water Canteen-CBRN
Active
Contract Opportunity
Notice ID
SPE1C1-24-R-0042
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY
Major Command
TROOP SUPPORT CLOTHING & TEXTILE
Office
DLA TROOP SUPPORT
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 12, 2024 09:03 am EDT
  • Original Response Date: Apr 29, 2024 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 14, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 8465 - INDIVIDUAL EQUIPMENT
  • NAICS Code:
    • 315990 - Apparel Accessories and Other Apparel Manufacturing
  • Place of Performance:
Description

The subject DLA Troop Support procurement is for the Water, Canteen Cap CBRN (NSN 8465-01-529-9800 / Avon Protection Systems, Inc. (1LEW5) Part Number 71018/1). The acquisition will be issued on an unrestricted basis and conducted in accordance with USC 2304(c)(1) as implemented by FAR 6.302-1. DLA Troop Support anticipates issuing a solicitation for the referenced item and then award a firm-fixed price, indefinite delivery, indefinite quantity type contract with the following quantities:



Guaranteed Minimum: 18,000 each



Annual Estimated Quantity: 72,000 each



Maximum Quantity: 270,000 each



The resultant contract will have a three (3) year ordering period with tiered pricing. The Unit of Issue is Each. The quantities listed above are estimates and may change at time of solicitation based on changes in demand and supply position.



The Government will make award to the responsible offeror(s) whose offer conforms to the solicitation and is most advantageous to the Government, cost or price. The Government will award a contract only to concerns whose technical proposals establish that they can meet the requirements of the Government.



The Monthly Maximum Production capability is 25,000 caps per month.



The solicitation will be open for 30 days where a company’s price proposal will need to be submitted to the contracting officer at Michelle.Falkowski@dla.mil, and the Contract Specialist, Casandra Rogers at Casandra.Rogers@dla.mil. First Article Requirement will be required for this procurement. The production leadtime for the initial delivery order will be 165 days after award and is allocated as follows: 30 days to submit first article testing samples, 45 days for Government review and to furnish the results, and 90 days for production and shipment of the ordered items. The production leadtime for all subsequent orders will be 90 days from the date of issuance. If first article testing is waived under this acquisition, the leadtime for all delivery orders will be 90 days after issuance.



The delivery destinations will be DLA Troop Support’s third party logistic facilities (Travis Association for the Blind, Austin, TX / Peckham Inc., Lansing, MI / Lion Vallen Industries Pendergrass, GA). Deliveries will be FOB Destination.



**This item requires specific certifications in order to produce this item. Waivers for these requirements will NOT be made.**



A detailed technical package will be included with the solicitation.



The following is applicable:



RQ032, EXPORT CONTROL OF TECHNICAL DATA: This item has technical data some or all of which is subject to export-control of either the International Traffic in Arms regulations (ITAR) or the Export Administration Regulations (EAR) and cannot be exported without prior authorization from either the Department of State or the Department of Commerce. Export includes disclosure of technical data to foreign persons and nationals whether located in the United States or abroad. This requirement applies equally to foreign national employees and U.S. companies and their foreign subsidiaries. DFARS 252.225-7048 is applicable to this data.



The Defense Logistics Agency (DLA) limits distribution of export-control technical data to DLA contractors that have an approved US/Canada Joint Certification Program (JCP) certification, have completed the Introduction to Proper Handling of DOD Export-Controlled Technical Data Training and the DLA Export-Controlled Technical Data Questionnaire (both are available at the web address given below), and have been approved by the DLA controlling authority to access the export-controlled data. Instructions for obtaining access to the export-controlled data can be found at: https://www.dla.mil/HQ/LogisticsOperations/EnhancedValidation.



To be eligible for award, offerors and any sources of supply proposed for use are required to have an approved JCP certification and have been approved by the DLA controlling authority to access export-controlled data managed by DLA. DLA will not delay award in order for an offeror or its supplier to apply for and receive approval by the DLA controlling authority to access the export-controlled data.



The following Engineering Clauses are applicable to this procurement:



- Configuration Management



- Assist Clause



- Use of Class 1 Ozone-Depleting Substances (CIODS)



- No Shelf-Life markings are required.



- IP025: PACKAGING, MARKING, AND SHIPPING OF HAZARDOUS MATERIALS PACKAGING SHALL BE IN ACCORDANCE WITH ASTM D 3951. MIL-STD-129 AND MIL-STD-147 APPLY.



It is anticipated this solicitation will be posted to the DLA Internet Bid Board System (DIBBS) on or after April 30,2024.



Solicitation will be posted on https://www.dibbs.bsm.dla.mil/, however instructions for submitting offers will be provided within the solicitation remarks of the solicitation as offers submitted solely for registration can be found on the DLA DIBBS Home Page accessed on https://www.dibbs.bsm.dla.mil/. 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). 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 System for Award Management (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).


Attachments/Links
Contact Information
Contracting Office Address
  • C AND T SUPPLY CHAIN 700 ROBBINS AVENUE
  • PHILADELPHIA , PA 19111-5096
  • USA
Primary Point of Contact
Secondary Point of Contact
  • Questions regarding this solicitation should be emailed to the buyer listed in block 5 of the solicitation document which can be found under the Additional Information link.
    If the Additional Information link does not work
  • Casandra.rogers@dla.mil
History
  • Apr 12, 2024 09:03 am EDTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >