Modular Lightweight Load-carrying Equipment (MOLLE) Components
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Presolicitation (Original)
- Original Published Date: Oct 06, 2022 04:01 pm EDT
- Original Response Date: Oct 21, 2022 03:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 8465 - INDIVIDUAL EQUIPMENT
- NAICS Code:
- 314910 - Textile Bag and Canvas Mills
- Place of Performance:
Description
1. This acquisition is for the manufacture and delivery of the Modular Lightweight Load-carrying Equipment (MOLLE) Components, manufactured in accordance with purchase description CO-PD-02-02N dated September 24, 2019. This acquisition will result in two, single awards, firm fixed-price, long-term, indefinite delivery, indefinite quantity (IDIQ) Tiered three (3) year contract. Tier one (1) will have a performance period from the date of award through 365 days thereafter (day 1 through day 364). Tier two (2) will have a performance period immediately following tier one (1) through 365 days thereafter (day 365 through 729). Tier three (3) will have a performance period immediately following tier two (2) through 365 days thereafter (day 730 through 1,094). All deliveries shall be sent to Third Party Logistics (3PL) depots located in Pendergrass, Georgia; Austin, Texas and Lansing, Michigan.
Lot 1 – Unrestricted
Canteen General Purpose Pouch, NSN 8465-01-641-9310:
Guaranteed minimum quantity: 6,000 each
Annual estimated quantity: 86,250 each
Maximum quantity: 323,438 each
M4 Two Magazine Pouch, NSN 8465-01-641-9431:
Guaranteed minimum quantity: 9,000 each
Annual estimated quantity: 116,250 each
Maximum quantity: 435,938 each
Assault Pack, NSN 8465-01-641-6358:
Guaranteed minimum quantity: 6,000 each
Annual estimated quantity: 78,750 each
Maximum quantity: 295,313 each
Waist Pack, NSN 8465-01-641-9395:
Guaranteed minimum quantity: 6,000 each
Annual estimated quantity: 82,500 each
Maximum quantity: 309,375 each
Lot 2 – HubZone
Canteen General Purpose Pouch, NSN 8465-01-641-9310:
Guaranteed minimum quantity: 4,000 each
Annual estimated quantity: 57,500 each
Maximum quantity: 215,625 each
M4 Two Magazine Pouch, NSN 8465-01-641-9431:
Guaranteed minimum quantity: 6,000 each
Annual estimated quantity: 77,500 each
Maximum quantity: 290,625 each
Assault Pack, NSN 8465-01-641-6358:
Guaranteed minimum quantity: 4,000 each
Annual estimated quantity: 52,500 each
Maximum quantity: 196,875 each
Waist Pack, NSN 8465-01-641-9395:
Guaranteed minimum quantity: 4,000 each
Annual estimated quantity: 55,000 each
Maximum quantity: 206,250 each
2. This acquisition will utilize Best Value; Trade-Off Source Selection Procedures in accordance with the DoD Source Selection Procedures dated August 20, 2022. The trade-off will allow the government to make an integrated assessment of technical merit over price to ensure the successful awardee understands the technical requirements to manufacture the MOLLE components. The solicitation’s non-cost price factor is Product Demonstration Models (PDM) with the following sub-factors:
Evaluation Factor – Product Demonstration Models
- Visual Requirements
- Dimensional Requirements
- Fit Requirements
Note: The Production Demonstration Model sub factors above are of equal importance.
Required PDMs:
Qty 1 EA - ASSAULT PACK 8465-01-641-6358
***No alternate construction or materials shall be used – the only exception is color. All deviations and color substitutions shall be called out and must include drawing and find number of component and location if applicable or will be scored as a defect during evaluations.***
3. 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.
4. Production Lead Time (PLT) is 150 days after date of award with 30-day incremental monthly deliveries and 90 days for subsequent delivery orders.
5. The Government intends to issue one solicitation with two (2) lots: Lot 1 - Unrestricted with a 10% HubZone Price Evaluation Factor, and Lot 2 - HubZone set-aside. The Government anticipates making one award per lot to the responsible offeror who meets all terms and conditions of the solicitation, is determined to be the best value to the government after an integrated assessment of technical merit and price.
6. 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 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 after the expiration 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: 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). 3. 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.
Specification/Pattern/Drawing Request (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
- ALEX SALIM
- ALEX.SALIM@DLA.MIL
Secondary Point of Contact
- Maria Aguayo
- maria.aguayo@dla.mil
History
- Dec 07, 2022 11:56 pm ESTPresolicitation (Updated)
- Nov 07, 2022 01:48 pm ESTPresolicitation (Updated)
- Nov 05, 2022 11:56 pm EDTPresolicitation (Original)