Skip to main content

An official website of the United States government

You have 2 new alerts

NAVY Parka Type II and III

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 (Updated)
  • Updated Published Date: May 23, 2022 12:11 pm EDT
  • Original Published Date: Nov 17, 2021 02:51 pm EST
  • Updated Response Date: Jan 17, 2022 03:00 pm EST
  • Original Response Date: Jan 17, 2022 03:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Jun 20, 2022
  • Original Inactive Date: Feb 01, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 8415 - CLOTHING, SPECIAL PURPOSE
  • NAICS Code:
    • 315210 - Cut and Sew Apparel Contractors
  • Place of Performance:

Description

Updated 05/23/2022 - The solicitation SPE1C1-22-R-0032 for this requirement has been posted to DIBBS on 05/20/2022.

NOTE: This is a pre-solicitation notice, not a solicitation.  The solicitation has NOT yet been issued. 

Solicitation Number: SPE1C1-22-R-0032

Items:  1. Parka, Navy Working Uniform, Type II (PGC: 03611)

 2. Parka, Navy Working Uniform, Type III (PGC: 03612)

This procurement is for the manufacture and delivery of Parka, Navy Working Uniform, Type II (PGC: 03611) and Parka, Navy Working Uniform, Type III (PGC: 03612) under a Firm Fixed Price, Indefinite Delivery, Indefinite Quantity requirement. The NAVY Parkas are procured in accordance with MADE IN ACCORDANCE With NCTRF PURCHASE DESCRIPTION 04-09C; DATED 20 JANUARY, 2012.

This subject procurement will be split into two (2) Lots. The Lots will be set aside for Small Business Concerns.

This procurement will have one Base Year plus three (3) one-year Option terms with the following quantities:

LOT 01:

50% of the total requirement and will be solicited as 100% Total Small Business Set Aside

Type I and II

                         Min Qty           AEQ                AOLQ

Base               7002               28000             35004

Option I          7002               28000             35004

Option II         7002               28000             35004

Option III        7002               28000             35004

Total               28008             112000           140016

LOT 02:

50% of total requirement and will be solicited as 100% Total Small Business Set Aside

Type I and II

                        Min Qty           AEQ                AOLQ

Base               7002               28000             35004

Option I          7002               28000             35004

Option II         7002               28000             35004

Option III        7002               28000             35004

Total               28008             112000           140016

The proposed solicitation will result in two separate awards of Firm-Fixed Price, Indefinite-Delivery, Indefinite-Quantity type contracts. Each contract will contain a one-year base term and three (3) one-year option terms.

This solicitation will be evaluated under Best Value Trade Off Source Selection Procedures with the following evaluation factors:  1) Product Demonstration Models (PDM)  2)Past Performance Confidence Assessment. Offerors are required to include Product Demonstration Models (PDMs).  Evaluation will consist to PDM, Past Performance, and price.  

FOB:  DESTINATION

Inspection/Acceptance:  ORIGIN

Delivery Destination:   VSTJ, VSTG, VSTZ

Production Lead Time (PLT) is 150 days for the first delivery order and 120 days for subsequent orders.

It is anticipated this solicitation will be posted to the DLA Internet Bid Board System (DIBBS) on or after December 15, 2021.  All offerors MUST be registered in the System for Award Management (SAM).  All responsible sources may submit offers which, if received in timely fashion, shall be considered.

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.

Important Notice on 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 the DLA Internet Bid Board System (DIBBS) at 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/.  Once the solicitation is posted, it will be available for viewing on DIBBS.  From the DIBBS homepage, select "Solicitations" from the top bar to search for the solicitation. DIBBS Help can be accessed from the DIBBS homepage.

Contracting Office Address:

Defense Logistics Agency, DLA Troop Support - Clothing & Textiles, 700 Robbins Avenue, Philadelphia, PA, 19111-5096, UNITED STATES

Point of Contact(s):

Baotran Dao, Contracting Officer, Email: Baotran.Dao@dla.mil

Gonzalez, Miosotis, Acquisition Specialist, Email:  Miosotis.Gonzalez@dla.mil

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