THIS IS NOT A REQUEST FOR QUOTE.
THIS ACQUISITION WILL BE A 100% TOTAL SMALL BUSINESS SET-ASIDE.
The Government intends to procure the following items:
EIGHT (8) VARIOUS RELIGIOUS PENDANTS
The annual estimated quantities for subject items of supply are shown below. This is an estimate only and not guaranteed to be purchased by the IDPO contract.
ANNUAL ESTIMATED QUANTITIES (AEQ): Annual Estimated Quantities refers to the Government's good faith estimate of the requirements for each item during a specified contract year.
Cc
NSN
ITEM
UNIT OF ISSUE
AEQ
0001
9925-01-542-8938
Pendant, Crescent and Star
EA
320
0002
9925-01-544-7260
Pendant, Wheel of Life
EA
1,358
0003
9925-01-542-8789
Pendant, Celtic Cross
EA
1,092
0004
9925-01-542-8863
Pendant, Orthodox Cross
EA
264
0005
9925-01-542-8787
Pendant, Long Cross
EA
8,000
0006
9925-01-544-7782
Pendant, Cross
EA
7,800
0007
9925-01-542-8862
Pendant, Hamsa
EA
155
0008
9925-01-542-8784
Pendant, Star of David
EA
2,800
The technical descriptions can be found in this notice's attachment.
NOTICE: The Government intends to award a single Firm-Fixed Price, Indefinite Delivery, Indefinite Quantity Type Contract from this solicitation with a Base and Four (4) (1-year) Option periods. Delivery orders will be placed against the Basic Contract via a separate Form DD 1155.
This solicitation is subject to the Simplified Acquisition Threshold regulations; therefore the total maximum dollar value of this IDPO may not exceed $250,000.00 for the total of all delivery orders issued during the entire term of the contract.
The Government is only obligated to procure the guaranteed minimum by the end of the first (base) year period which will be equal to the dollar amount listed on the first delivery order issued under this contract once awarded. There are no guarantees on the number of delivery orders which may occur during the contract period. Also, there will be no limit on the number of orders that may be issued during the contract period.
The solicitation will cover Customer Direct requirements (DVD). Actual ship-to locations may vary and will be provided on each individual delivery order issued against this IDPO.
Deliveries begin 14 days after date of award. The contract will provide coverage for DLA orders for Direct Vendor Delivery (DVD).
Inspection and Acceptance is at destination.
Pricing is FOB Destination
Fast payment procedures apply.
No variation in quantity allowed
The provisions of Far Part 12, Acquisition of Commercial Items will be used for this procurement as these items are readily available in the commercial market place.
PROPOSALS EVALUATION PROCEDURES IN THIS SOLICITATION:
This acquisition is utilizing the Low Price Technically Acceptable (LPTA) Best Value Method, FAR 15.101-2.
As such, no "trade-off" applies and the Government intends to award to the low priced firm who is deemed "TECHNICALLY ACCEPTABLE."
Technical acceptability is being defined herein as agreement to the delivery schedule and compliance with the terms and conditions of the solicitation.
"TECHNICALLY UNACCEPTABLE" is defined as inability to meet delivery requirements and inability to comply with the terms and conditions of the solicitation.
From among the technically acceptable firms, the Government will then select the lowest price offeror and determine if that firm is responsible, complies with the terms and conditions of the solicitation and an award to that firm is in the best interest of the Government. If the firm fits these criteria, award will be made to them. If not, the Government will review each subsequent technically acceptable low priced offer until one is identified that does meet the criteria, in which case award will be made to that firm. The Government reserves the right to conduct negotiations with a competitive range group of offerors from among the technically acceptable firms, based on price. If negotiations are conducted, award will be made to low priced offer (based on final proposal revision closing, date/time) that is technically acceptable, responsible and compliant with solicitation terms and conditions.
Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form.
Solicitation SPE1C1-19-R-X014 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) (https://www.sam.gov/index.html#1).
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 CCR 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) 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.
Charles Brown , Contract Specialist, Phone 215-737-2450, Email Charles.Brown3@dla.mil