California Bids > Bid Detail

PANTS, FLAME RESISTANT ARAMID, FOREST SERVICE

Agency:
Level of Government: Federal
Category:
  • 84 - Clothing, Individual Equipment, and Insignia
Opps ID: NBD00159830679148122
Posted Date: Mar 12, 2024
Due Date: Mar 19, 2024
Source: https://sam.gov/opp/4cf0b5e856...
Follow
PANTS, FLAME RESISTANT ARAMID, FOREST SERVICE
Active
Contract Opportunity
Notice ID
SPE1C124R0004
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: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 12, 2024 06:54 am EDT
  • Original Response Date: Mar 19, 2024 03:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 19, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 8415 - CLOTHING, SPECIAL PURPOSE
  • NAICS Code:
    • 315210 - Cut and Sew Apparel Contractors
  • Place of Performance:
    Tracy , CA
    USA
Description

DLA Troop Support is issuing this RFI in order to determine interest in the following items. Please note, if a solicitation is issued, consideration for bids will require compliance with the Berry Amendment.





THIS IS NOT A SOLICITATION.





PANTS, FLAME RESISTANT ARAMID, FEMALE (TYPE I): Shall be in accordance with Forest Service Specification 5100-623A, dated November 3, 2023 and MTDC drawing 1170 dated May 28, 2023.



PGC: 01008



Lead NSN: 8415-01-695-3522 (18 sizes)



PANTS, FLAME RESISTANT ARAMID (TYPE I): Shall be in accordance with Forest Service Specification 5100-92M dated January 15, 2010, with Amendment 1 dated November 3, 2023, and MTDC drawing/pattern MTDC 973F dated October 9, 2009





Type I



Color - Sage green



PGC: 04003



Lead NSN: 8415-01-464-2282 (29 sizes)





PANTS, FLAME RESISTANT ARAMID (TYPE II): Shall be in accordance with Forest Service Specification 5100-92M dated January 15, 2010, with Amendment 1 dated November 3, 2023, and MTDC drawing/Pattern MTDC 973F, dated October 9, 2009





Type II



Color - Light Spruce green



PGC: 04005



Lead NSN: 8415-01-559-3540 (20 sizes)





DLA Troop Support is conducting market research on the above item to determine an acquisition strategy that will enhance our support of military customers worldwide, as well as to determine what industry is capable of providing. For this reason, DLA Troop Support would appreciate your firm sharing its expertise and insight into how this item can be most efficiently procured.



The acquisition approach listed below was designed to promote competition and to ensure a viable industrial base for the supply of Pants, Flame Resistant, Aramid. DLA Troop Support anticipates issuing a solicitation in May 2024 for the referenced item(s). DLA Troop Support anticipates awarding a Firm-Fixed Price, Indefinite Delivery, Indefinite Quantity Contract contains four (4) – one-year tier periods with a separate price submitted for each period. Your firm’s response to the questionnaire will help the Government determine an appropriate term for the contract based on the current capabilities of the industry.





It should be noted that this inquiry, in no way, should be interpreted as a solicitation for offers. No information provided in response to this inquiry will be considered binding between the vendor and the Government. Please review the listed specification above and answer the questions on the attached pages. The answers you provide will remain confidential.



Please return this survey to Michael O’Connor by email at Michael.E.Oconnor@dla.mil.



NOTE: This is a MARKET RESEARCH SURVEY, NOT A REQUEST FOR A BID/PROPOSAL. Please review the following pages and provide your best “ballpark” current market prices.



Thank you for your time and consideration.





Government Requirement:



The quantities provided below are estimates and may change at the time of solicitation based on changes in demand and supply position.





PGC: 01008 – PANTS, FLAME RESISTANT ARAMID, FEMALE (TYPE I)



Unit of Issue: Units



Lead NSN: 8415-01/695/3522 (18 sizes)



Min Qty AEQ¹ AOLQ

Tier 1 – Year 1 1,260 8,550 10,710

Tier 2 – Year 2 0 8,550 10,710

Tier 3—Year 3 0 8,550 10,710

Tier 4—Year 4 0 8,550 10,710

42,840





PGC: 04003 – PANTS, FLAME RESISTANT ARAMID (TYPE I)



Unit of Issue: Units



Lead NSN: 8415-01-464-2282 (29 sizes)



Min Qty AEQ¹ AOLQ

Tier 1 – Year 1 2,640 31,620 34.260



Tier 2 – Year 2 0 31,620 34.260

Tier 3—Year 3 0 31,620 34.260

Tier 4—Year 4 0 31,620 34.260

137,040







PGC: 04005 – PANTS, FLAME RESISTANT ARAMID (TYPE II)



Unit of Issue: Units



Lead NSN: 8415-01-464-2282 (29 sizes)





Min Qty AEQ¹ AOLQ

Tier 1 – Year 1 1,260 7,350 9,210

Tier 2 – Year 2 0 7,350 9,210

Tier 3—Year 3 0 7,350 9,210

Tier 4—Year 4 0 7,350 9,210

36,840





Notes:

1. AEQ refers to the Government's good faith estimate of the requirements during a specified contract tier. The AEQ does not obligate the government to order a specific quantity, it is provided for informational purposes only.

2. The Contract Maximum Quantity assumes an approximate 25% increase in the AEQ for each Tier to account for fluctuations in customer demand. The Government will determine the 30 day not-to exceed quantity based on responses to the survey.

3. Ordering period: Four (4) years with tiered pricing for each year

4. Delivery Destination: VSTG / VSTJ / VSTZ

5. FOB Destination

6. Inspection/Acceptance at Origin



The planned Solicitation will be issued using Best Value Trade Off Source Selection Procedures.

DLA Troop Support requires input from industry to formulate our acquisition strategy regarding how many contracts are necessary, the length of the contract(s), and what type of companies and how many companies are interested in competing for the requirement.



Please provide as much insight/information as possible on the following questions to the best of your knowledge at this point in time:



1. Company Identification and Contact Information



2. Company Description:



a. Business size (Large or Small)?

b. If you are a Manufacturer, are you planning to submit an offer on this solicitation? (Y/N) __________

1) If no, why?



2) If yes, what is the manufacturing address/ Place of Performance:



3) Will any part of the manufacturing process be subcontracted? (Y/N) __________

i. What percent will be subcontracted? ____________ %

ii. What is/are the subcontractor(s) company name and address?



iii. What is/are the subcontractor(s)’s CAGE code?



3. Item Required:



a. Is the item made of any type of material that is a major cost driver? For example, the item is made of {list major materials: i.e., leather, nylon, etc.}



b. What is the minimum number of pants that your company must manufacture per month to remain sustainable? ___________________________ per month

1) What is your proposed unit price for each variety of pants at the minimum production rate? ___________________________

c. What is the optimal quantity your company would like to manufacture in one month? _____________________________ per month

1) What is your proposed unit price for the pants at your company’s optimal production rate? ___________________________

d. What is the maximum number of pants your company can manufacture in one month (assuming materials and component are available) without incurring additional costs? _____________________________ per month

1) Is the maximum monthly production quantity based on the item in question or is the maximum monthly production quantity based on your total manufacturing capacity?



e. What is your proposed unit price for the pants at the maximum production rate? ___________________________

The Government anticipates issuing and closing the solicitation for a period of 30 days, is 30 days enough time for your firm to produce and submit Product Demonstration Models (PDMs) from each place of performance made in accordance with the applicable purchase description? (Y/N)

1) If no, how many days are necessary to be able to submit PDMs with your proposal? _________ days

2) What is the reason your company cannot produce and submit PDMs in 30 days?



f. Are there any known industrial base issues you are aware of with this item?





5. Delivery:



a. Can you deliver special measurements of the subject item to military customers throughout the US (direct vendor delivery)? Yes / No



b. The initial production lead time associated with this item is 180 days.

1) Is this realistic? (Y/N)



2) If not, what is the estimated initial production lead-time? _________days



3) If not, what is the estimated production lead-time for subsequent delivery orders? _________days



4) If the production lead times of 180 days is not realistic, why?



6. Pricing



a. The Government anticipates awarding a 4-year contract at the above expected AEQs, are you able to provide unit pricing for up to four (4) years? (Y/N)

1) If yes, please provide estimated prices for the next four (4) years for each item:



Unit Price

(Tier 1 – Year 1) $___/____/____

(Tier 2 – Year 2) $___/____/____

(Tier 3 – Year 3) $___/____/____

(Tier 4 – Year 4) $___/____/____





2) If no, why? (ex: prices of xyz component is too volatile)

b. What is your estimated labor to material ratio for purposes of price? Labor: ___________% / Material: ___________%



c. Is pricing of the item stable or volatile?

If volatile, why?





Important Notice: Availability of Solicitations

Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form. Offeror should register to receive notification of this solicitation or solicitation amendments. The solicitation will be posted on https://www.dibbs.bsm.dla.mil//.

Important Notice: New Federal Business Opportunities FBO Website

Federal Business Opportunities (FBO) moved to beta.SAM.gov the weekend of November 8, 2019. Visit beta.SAM.gov today to preview new features like saved searches and the ability to follow notices. For more information, please visit the beta.SAM.gov learning center at https://beta.sam.gov/help/new-to-sam.

Important Note on Foreign Content:

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) 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.



Lack of response will be interpreted as non-interest. If you have any further questions, please feel free to contact Michael O’Connor at Michael.e.oconnor@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
  • Mar 12, 2024 06:54 am EDTSources Sought (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 >