CSU-22/P, Advanced Technology Anti-G Suit (ATAGS)
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: Dec 01, 2022 08:24 am EST
- Original Response Date: Dec 31, 2023 05:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 8475 - SPECIALIZED FLIGHT CLOTHING AND ACCESSORIES
- NAICS Code:
- 315990 - Apparel Accessories and Other Apparel Manufacturing
- Place of Performance:
Description
This acquisition is for a Four (4) year Indefinite Delivery – Indefinite Quantity contract, consisting of a One (1) year base and Three (3) One-Year option periods, for the “CSU-22/P, Advanced Technology Anti-G Suit (ATAGS).”
The National Stock Numbers (NSNs) are 8475-01-455-0782(s) and there are 11 sizes.
The CSU-22P, Advanced Technology Anti-G Suit (ATAGS) SHALL BE MADE IN ACCORDANCE WITH SPECIFICATION NUMBER HSW AT AGS-001 REV D. 30 August 2006, SPECIFICATION NUMBER 40470G-01KX-0 Rev D AND ALL APLICABLE DRAWINGS.
The item requires Engineering Source Approval (ESA) by the design control activity at Robbins Air Force Base in order to maintain the quality of the item.
The solicitation number is SPE1C1-23-R-0024. The estimated release date of the solicitation is January 23, 2023.
All material shall be contractor furnished. First Article Testing (FAT) and Production Lot Testing is required for this item. The Contractor is responsible to pay for all First Article and Lot Acceptance Testing.
The Base Year and three one-year Option Periods each consist of a minimum quantity of 630, annual estimated quantity of 2,520 and an annual order limitation quantity of 3,150.
The production lead time (PLT) is as follows: First Article Test (FAT) submission is 90 days after date of award, 30 days for Government review of FAT and a production Lead-Time (PLT) of 238 days at a rate of up to 260 each a month (no more than 3 sizes a month) with a minimum monthly quantity of 50 a month. If FAT is waived for a contractor the production lead-time will be 238 days at a rate of up to 260 each a month (no more than 3 sizes a month) with a minimum monthly quantity of 50 a month.
All deliveries will be to the DLA Depots in Lansing, MI, Pendergrass, GA and Austin, TX.
Deliveries are FOB Destination. Inspection and Acceptance at Origin
To ensure timely delivery and a quality product, this acquisition will be procured using Best Value/Tradeoff Source Selection procedures. The use of “Best Value” procedures will allow the Government to comparatively evaluate technical merit as well as cost or price to select the source which demonstrates the highest probability of successful performance at a reasonable price. The non-cost or price evaluation factor is Past Performance – Performance Confidence Assessment. The Past Performance will contain the following aspects: (a) Recency, (b) Relevancy of Prior Contract and (2) Quality and Delivery Performance.
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/.
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 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
http://quicksearch.dla.mil/qsSearch.aspx
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.
Attachments/Links
Contact Information
Contracting Office Address
- C AND T SUPPLY CHAIN 700 ROBBINS AVENUE
- PHILADELPHIA , PA 19111-5096
- USA
Primary Point of Contact
- Mara Cremen
- mara.cremen@dla.mil
- Phone Number 2157378094
Secondary Point of Contact
- Daniel Price
- daniel.price@dla.mil
- Phone Number 2157378101
History
- Jan 15, 2024 11:55 pm ESTPresolicitation (Original)