Arizona Bids > Bid Detail

Insignia, Tactical Assault Flag

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 84 - Clothing, Individual Equipment, and Insignia
Opps ID: NBD00159965228855268
Posted Date: Jun 14, 2023
Due Date: Jun 29, 2023
Solicitation No: SPE1C123RXXXX
Source: https://sam.gov/opp/a3eff44e85...
Follow
Insignia, Tactical Assault Flag
Active
Contract Opportunity
Notice ID
SPE1C123RXXXX
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY (DLA)
Major Command
TROOP SUPPORT CLOTHING & TEXTILE
Office
DLA TROOP SUPPORT
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 14, 2023 03:14 pm EDT
  • Original Response Date: Jun 29, 2023 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jul 14, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 8455 - BADGES AND INSIGNIA
  • NAICS Code:
    • 314999 - All Other Miscellaneous Textile Product Mills
  • Place of Performance:
    Phoenix , AZ 85043
    USA
Description

This information is for solicitation SPE1C1-23-R-XXXX. The item is the Insignia, Tactical Assault Flag. The applicable NSN for this procurement is 8455-01-623-5942. The Insignia, Tactical Assault Flag will be made in accordance with the following specification: MIL-DTL-14651A. (Specifications and drawings can be obtained using the Assist Quick Search website at http://quicksearch.dla.mil).





Proposed Length of Terms – 5 Year Ordering Period with Tiered Pricing – Tier one (1) will have a performance period from the date of award through 365 days thereafter (day 1 through day 365). Tier two (2) will have a performance period immediately following tier one (1) through 365 days thereafter (day 366 through 730). Tier three (3) will have a performance period immediately following tier two (2) through 365 days thereafter (day 731 through 1,095). Tier four (4) will have a performance period immediately following tier three (3) through 365 days thereafter (day 1,096 through 1,460). Tier five (5) will have a performance period immediately following tier four (4) through 365 days thereafter (day 1,461 through 1,825). For each tier the minimum purchase quantities include: 55,933 each and the AEQ purchase quantity is 223,731 each. The Maximum qty for the life of the contract is 1,398,320 units.





First Article Testing is required for the Insignia, Tactical Assault Flag. First Article Testing for the Insignia, Tactical Assault Flag will be required 30 days after the award. The first delivery order is due 120 days after the date of award. Shipments are FOB Destination to Arizona Industries for the Blind (VSGX), Phoenix, AZ.





The solicitation will be issued as a total Small Business Set-Aside that will result in a firm fixed price contract, Indefinite Delivery – Indefinite Quantity Type Contract. This procurement is based on Best Value Procedures. Award will be made to the offeror submitting the lowest proposal meeting terms of solicitation, including item description and delivery schedule.



The Evaluation Factors are:




  1. Product Demonstration Models (PDMs)






  1. Past Performance – Performance Confidence Assessment



Aspects:






    1. Past Performance Recency

    2. Past Performance Relevancy

    3. Quality of Products





Aspect Elements




  1. Quality of Items

  2. Delivery Performance





NOTE: The Past Performance Aspects and Aspect Elements above are of equal importance.





NOTE: All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. As other evaluation aspects become more equal, the evaluated cost or price becomes more important.







All materials used in the fabrication of the end item are to be furnished by the contractor and must be produced solely in the United States of 100% U.S. materials.





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/ Detailed system requirements and instructions 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.gov). 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).

Please note that ALL materials used in the fabrication of this item shall be furnished by the successful offeror. This solicitation contains DOMESTIC RESTRICTIONS, which means all components and all manufacturing must be obtained/performed within the United States. 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), 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. To request technical data for DLA TROOP SUPPORT Clothing and Textiles (C&T) 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





NOTE: The Solicitation is not posted with this announcement.



Point of Contract (POC) for this solicitation is Ayanah Savage for inquires on this solicitation at ayanah.savage@dla.mil.




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
History
  • Jun 14, 2023 03:14 pm 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 >