The RFP Database
New business relationships start here

Rifleman's Set with Tactical Assault Panel


Pennsylvania, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

UPDATE: The solicitation number associated with this notice is SPE1C1-19-R-0129. The quantity of this acquisition has been decreased from 170,000 sets to 153,00 sets. The first delivery under the resultant contract will be 180 days after the date of issuance for 280 sets. There will be an additional sixteen (16) monthly due-ins thereafter for 9,000 sets and the final shipment will be due thereafter for the balance of the order quantity.

********************************************************************

This acquisition is for the manufacture and delivery of 170,000 rifleman's sets with tactical assault panel (TAP) (NSN 8465-01-641-3485). This item is manufactured in accordance with purchase descriptions purchase descriptions GL-PD-05-03C dated May 13, 2015 and CO-PD-02-02M dated April 5, 2019. The rifleman's set with TAP is a part of the modular lightweight load carrying equipment (MOLLE) ensemble. 


This acquisition will utilize best value, trade-off source selection procedures in accordance with the DoD Source Selection Procedures dated March 31, 2016. The solicitation's evaluation factors are socioeconomic program support - technical risk and past performance - performance confidence assessment. The subfactors of past performance - perforamnce confidence assessment includes the following subfactors:


        a. Recency 
        b. Relevancy of Prior Contracts
        c. Quality of Products
                1) Past Quality of Items
                2) Past Delivery Performance
                3) Past Socioeconomic Support Performance


The past performance - perforamnce confidence assessment is more important that socioeconomic program support - technical risk. Within the past performance - performance confidence assessement factor, the elements of recency, relevancy of prior contract, and quality of products are of equal importance. within quality of products, the elements of past quality of items nad past delivery perforamcne are of equal important and are more importan than past socioeconomic support perforamnce.

Price evaluation: all offered prices will be evaluated against the requirements of the solicitation. The offered prices (and if requested with initial proposal or during discussions, cost or pricing data or information other than cost or pricing data) will be evaluated in accordance with FAR 15.4 to ensure that award will be made at fair and reasonable prices.


The first delivery under the resultant contract will be 180 days after the date of issuance for 280 sets. There will be an additional sixteen (16) monthly due-ins thereafter for 10,000 sets and the final shipment will be due thereafter for the balance of the order quantity. . Deliveries will be made to DLA Troop Support's third party logistic (3PL) depots Travis Association for the Blind (Austin, TX), Peckham Inc. (Lansing, MI), and Lion Vallen Industries (Pendergrass, GA).


First article testing (FAT) is required under FAR clause 52.209-04 - First Article Approval - Government Testing, with alternate I. The contractor shall bear all costs. Under this clause, two (2) first article samples of the rifleman's set with TAP shall be sent to DLA Troop Support within 90 calendar days of the contract award. The government will have 30 days after the receipt of the samples to complete its evaluation and notify the contractor of the results. The samples will be subject to visual and dimensional examination as well as fit testing.


The planned acquisition will be issued on an unrestricted basis with 10% HUBZone preference. The government intends to make a single award to the responsible offeror whose proposal meets all terms and conditions of the solicitation, is determined to be the best value to the government, and submits an overall price that is determined to be fair and reasonable by the contracting officer.


The solicitation will be issued on an FOB destination basis in accordance with FAR 47.304-1(g)(5). All offered products MUST meet the provisions of DFARS 252.225-7012 Preference for Certain Domestic Commodities.


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


It is estimated that the solicitation will be posted on https://www.dibbs.bsm.dla.mil/ within 15 days of this notice. 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:
A. On the DLA Internet Bulletin Board System (DIBBS) Home Page, click the VENDOR REGISTRATION link to begin the registration process.
B. 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).
C. A Commercial and Government Entity (CAGE) Code registration will be processed within five business days. 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 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.



Interested vendors can request the corresponding drawings, specifications or patterns through the following link AFTER the solicitation has been posted to DIBBS.
http://www.dla.mil/TroopSupport/ClothingandTextiles/SpecRequest.aspx


Catherine Dillon, Phone 215-737-2497, Email Catherine.Dillon@dla.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP