Homeless Blanket
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159909342225169 |
Posted Date: | Feb 14, 2024 |
Due Date: | Feb 29, 2024 |
Source: | https://sam.gov/opp/44f05dfe82... |
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).
- Contract Opportunity Type: Presolicitation (Original)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Feb 14, 2024 02:35 pm EST
- Original Response Date: Feb 29, 2024 03:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Mar 15, 2024
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 7210 - HOUSEHOLD FURNISHINGS
-
NAICS Code:
- 314120 - Curtain and Linen Mills
-
Place of Performance:
Austin , TX 78744USA
This information is for solicitation SPE1C1-24-R-0038.
The item is for:
ITEM 0001-0010: The Homeless/Disaster Blanket
NSN:7210-00-119-5335
Total Purchase Quantity: 300,000 EA
Proposed Length of Contract– 10 monthly deliveries of 30,000 each Homeless Blankets
The solicitation will be issued as a total small business set aside with the exception of UNICOR being able to submit a proposal for the acquisition. This acquisition that will result in a firm fixed price contract, Definite Delivery – Definite Quantity Type Contract. Offerors for this procurement will be evaluated based on Best Value/Tradeoff Procedures. Award will be made to the offeror submitting the proposal that offers the best value to the government with Past Performance/Performance Confidence Assessment being significantly more important than price.
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 Charles Brown II for inquires on this solicitation at Charles.Brown 3@dla.mil or 215-737-2450.
- C AND T SUPPLY CHAIN 700 ROBBINS AVENUE
- PHILADELPHIA , PA 19111-5096
- USA
- Charles Brown II
- charles.brown3@dla.mil
- Phone Number 2157372450
- Feb 14, 2024 02:35 pm ESTPresolicitation (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.