ITEM: Air Force (AF) and Space Force (SF) PTG Running Trunks and All Purpose Shorts
AF PTG Running Trunks Men/Women
PGC: 00418-Men’s; NSN: 8405-01-695-5906 (s)-Men’s --pair
PGC 00419-Women’s; NSN: 8410-01-695-5972 (s)-Women’s-pair
SF PTG Running Trunks Men/Women
PGC: 00569 -Men’s; NSN: 8405-01-702-3691(s)-Men’s-pair
PGC: 00570-Women’s; NSN: 8410-01-702-3707(s)-Women’s-pair
AF PTG All Purpose Shorts, Men/Women
PGC: 00420-Men’s; NSN: 8405-01-695-5955 (s)-Men’s-pair
PGC: 00421-Women’s; NSN: 8410-01-695-6060(s)-Women’s-pair
SF PTG All Purpose Shorts, Men/Women
PGC: 00571-Men’s; NSN: 8405-01-702-3730(s)-Men’s-pair
PGC: 00579-Women’s; NSN: 8410-01-702-3739(s)-Women’s-pair
Specification/PD: Item Specs:
Purchase Description-Trunks Running, AF& SF, Men: 11-PD 20015C, 13 December 2021.
Purchase Description-Trunks Running AF& SF, Women: 11-PD 20016C, 13 December 2021; Purchase Description-Shorts All Purpose AF& SF, Men: 11-PD 20017C, 13 December 2021; Purchase Description-Shorts All Purpose AF& SF, Women: 11-PD 20018C, 13 December 2021
Specification/PD: Fabric Specs:
Fabric Spec-Running Shorts Shell-AF & SF-----------11-PD-20011B, dated 29 March 2023
Fabric Spec-All Purpose Shorts Shell-AF & SF—11-PD-20008A, dated 6 December 2021
Fabric Spec-Liner (Running Trunks)-AF & SF----11-PD-20012A, dated 6 December 2021
Fabric Spec-Mesh Side Panel-AF & SF-------------11-PD-20009A, dated 6 December 2021
RFP SPE1C1-25-R-0111 will be utilized for the purchase of items Air Force (AF) and Space Force (SF) PTG Running Trunks and All Purpose Shorts
A Solicitation is being issued for the purchase of the Air Force (AF) and Space Force (SF) PTG Running Trunks and All Purpose Shorts
The Solicitation for the purchase of Air Force (AF) and Space Force (SF) PTG Running Trunks and All Purpose Shorts will result with the intent of the Government to award one or two contracts –Lot 001—50% portion, and Lot 002—50% portion. The RFP and proposed contract(s) will be issued as 100% Small Business Set-Aside. Only small business firms may submit offers for this acquisition. The Small Business Set-Aside will result in firm fixed price contract or contracts in accordance with FAR Part 12, Acquisition of Commercial Items. The resultant contract will be an award of a 48-month contract consisting of four (4) 12-month price tier periods. Each tier shall be for a 12-month period.
This proposed buy will result in a negotiated Indefinite Delivery Type contract(s). This acquisition is a 48 month contract consisting of four (4) 12-month price tier periods. The quantities will be as follows:
Quantity Total Acquisition:
Contract Guaranteed Minimum: 139,500 pair.
Annual Estimated Ordering Quantity:558,000 pair per tier
Contract Maximum: 2,790,000 pair of all 4 tiers combined
LOT 001-AF/SF PTG Running Trunks//AF/SF All Purpose Shorts-any combination
Quantity: Lot 1-50% portion-Total
Contract Guaranteed Min: 69,750 pair
Annual Estimated Quantity: 279,000 pair per tier
Contract Maximum: 1,395,000 pair all 4 tiers combined
LOT 002- AF/SF PTG Running Trunks//AF/SF All Purpose Shorts-any combination
Quantity: Lot 1-50% portion-Total
Contract Guaranteed Min: 69,750 pair
Annual Estimated Quantity: 279,000 pair per tier
Contract Maximum: 1,395,000 pair all 4 tiers combined
The resultant contract(s) will have a Four (4) year ordering period. Within the Four (4) year ordering period, there will be Four (4) 12-month price Tier periods.
This proposed buy will result in a negotiated Indefinite Delivery Type Contract(s). The quantities for the acquisition are listed above for the total acquisition.
NOTE: The Air Force (AF) and Space Force (SF) PTG Running Trunks and All Purpose Shorts are classified under Federal Supply Classification (FSC) Code 8405 and 8410. The Department of Defense (DoD) publishes an annual list of product categories for which the Federal Prison Industries’ (FPI) share of the DoD market is greater than five percent, which is considered a significant market share and must be competed. FSC 8405 and 8410 are currently identified on this list, FPI is considered to have a significant market share. In accordance with 8.602(a)(4), agencies shall include Federal Prison Industries, Inc. (FPI), in the solicitation process and consider a timely offer from FPI/UNICOR in accordance with the specifications and evaluation factors as outlined in the solicitation.
In accordance with the Federal Procurement Policy and FAR Subpart 8.6, a timely offer from Federal Prison Industries/UNICOR will be considered for award in accordance with the specifications and evaluation factors as outlined in the solicitation.
This proposed buy will result with the intent of having different contractors for each of the separate Lots for contracts that will be awarded from this solicitation to ensure that multiple sources of supplies. The Government reserves the right to exclude under the authority of FAR 6.202 (a) (4) (5) establishing or maintaining alternative sources. The Government reserves the right to make one or two awards to the same source for all items if the same (one) source is deemed the best value for all lots to be awarded under one contract, or one contract for each Lot item to separate vendors of different sources if they are selected as best value.
Offerors are reminded that under the authority of FAR 6.202(a)(4), the Government may exclude an offeror from receiving more than one award under this solicitation.
This proposed buy will result with the intent of the Government to award up to two (2) negotiated Indefinite Delivery Type contracts. Best Value / Trade Off / Source Selection Procedures will be utilized in making the proposed award(s), and as a result, Technical Proposals are required. Technical and Past Performance, when combined, are more important than cost or price. Evaluation factors are as follows in descending order of importance:
- Product Demonstration Model (PDM) in accordance with Purchase Descriptions:
Specification/PD: Item Specs:
Purchase Description-Trunks Running, AF& SF, Men: 11-PD 20015C, 13 December 2021.
Purchase Description-Trunks Running AF& SF, Women: 11-PD 20016C, 13 December 2021; Purchase Description-Shorts All Purpose AF& SF, Men: 11-PD 20017C, 13 December 2021; Purchase Description-Shorts All Purpose AF& SF, Women: 11-PD 20018C, 13 December 2021
Specification/PD: Fabric Specs:
Fabric Spec-Running Shorts Shell-AF & SF-----------11-PD-20011B, dated 29 March 2023
Fabric Spec-All Purpose Shorts Shell-AF & SF—11-PD-20008A, dated 6 December 2021
Fabric Spec-Liner (Running Trunks)-AF & SF----11-PD-20012A, dated 6 December 2021
Fabric Spec-Mesh Side Panel-AF & SF-------------11-PD-20009A, dated 6 December 2021
and
2. Past Performance/Performance Confidence Assessment.
* In addition to the samples, physical test reports in accordance with Table VIII and Table IX Physical Requirements for end items of the following Product Descriptions:
Purchase Description for Trunks Running, AF& SF, Men: 11-PD 20015C, 13 December 2021.
Purchase Description for Trunks Running AF& SF, Women: 11-PD 20016C, 13 December 2021; Purchase Description for Trunks All Purpose AF& SF, Men: 11-PD 20017C, 13 December 2021; Purchase Description for Trunks All Purpose AF& SF, Women: 11-PD 20018C, 13 December 2021,
are required with PDM submission. The test reports will be evaluated using the Pass/Fail Method to determine if the submitted test results conform to the Table VIII and Table IX Physical Requirements for the end items. Test reports must be submitted along with the PDMs for every intended place of performance, including all proposed sub-contractors. Test reports must be submitted from an independent testing laboratory along with PDMS.
* In addition to the samples, physical test reports in accordance with Table I and Table II Physical Requirements for fabrics of the following Product Descriptions:
Fabric Spec-Running Shorts Shell-AF & SF-----------11-PD-20011B, dated 29 March 2023
Fabric Spec-All Purpose Shorts Shell-AF & SF—11-PD-20008A, dated 6 December 2021
Fabric Spec-Liner (Running Trunks)-AF & SF----11-PD-20012A, dated 6 December 2021
Fabric Spec-Mesh Side Panel-AF & SF-------------11-PD-20009A, dated 6 December 2021,
are required with PDM submission. The test reports will be evaluated using the Pass/Fail Method to determine if the submitted test results conform to the Table I and Table II Physical Requirements for the fabrics. Test reports must be submitted along with the PDMs for every intended place of performance, including all proposed sub-contractors. Test reports must be submitted from an independent testing laboratory along with PDMS.
Evaluation of the PDMs will effectively indicate the contractor’s ability to manufacture the items in accordance with the Government’s quality standards for the end items and the fabric. First Article provisions will not be included in this acquisition due to the PDM requirement.
Offerors will be required to submit:
*Five (5) PAIR Product Demonstration Models (PDM) (SIZE MEDIUM Regular) for Running Trunks, AF Men’s. and
*Five (5) PAIR Product Demonstration Models (PDM) (SIZE MEDIUM) for All Purpose Shorts, AF Men’s are required for submittal.
PDMs must be submitted for every intended place of performance, including all proposed subcontractors. PDMS will be evaluated for visual, manufacturing, dimensional requirements, and physical requirements conformance to Table VIII and Table IX Physical Requirements/testing for the end items and Table I and Table II Physical requirement/testing for Fabric as outlined in the Product Descriptions for the end items and Product Descriptions for the Fabrics.
Offerors are required to submit a history of their experience/past performance record from the period three years prior to the solicitation closing date. PDMs and test reports must be submitted with offers and will be evaluated for conformance to the specifications.
The first Delivery Order is due to begin 120 days after award with 30-day increments and 90 days lead time for subsequent delivery orders with 30-day increments. Acquisition is FOB Destination to Travis Association for the Blind 3PL, Austin, TX.
Inspection and Acceptance are at ORIGIN.
RFID is required at item, case and pallet as the items are in the Warfighter Recruit Bag.
All materials used to manufacture this item are to be furnished by the contractor.
All materials/components and manufacturing shall be Berry Amendment compliant.
The applicable North American Industrial Classification System Code (NAICS) is 315210 – Cut and Sew Apparel Contractors. Small business size standards matched to industry NAICS codes are published by the Small Business Administration and are available at http://www.sba.gov/content/table-small-business-size-standards.
Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form.
Specification documents and Technical Data documents will be included at time of solicitation as an attachment. Specification and Tech are included as an attachment to the solicitation document in SAM.gov and DIBBS.
Solicitation is posted concurrently on https://www.dibbs.bsm.dla.mil/Solicitations/. Detailed system requirements and instructions for registration can be found on the DLA DIBBS Home Page accessed on https://www.dibbs.bsm.dla.mil/default.aspx. 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) website. 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).
The Solicitation is also posted in SAM.gov simultaneously with this synopsis.
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.
DLA Troop Support has developed a web-based system that allows manufacturers the ability to request specifications, PATTERNS and drawings on our contracting page (if patterns and drawings are available).
NOTE: Air Force (AF) and Space Force (SF) PTG Running Trunks and All Purpose Shorts DO HAVE PATTERNS.
The pattern date for these items:
Trunks Running, AF& SF, Men: 11-PD 20015C, 13 December 2021; Pattern date: 13 December 2021(both AF/SF)
Trunks Running AF& SF, Women: 11-PD 20016C, 13 December 2021; Pattern date: 13 December 2021(both AF/SF)
Shorts All Purpose AF& SF, Men: 11-PD 20017C, 13 December 2021; Pattern date: 13 December 2021(both AF/SF)
Shorts All Purpose AF& SF, Women: 11-PD 20018C, 13 December 2021; Pattern date: 13 December 2021(both AF/SF)
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 (DLA C&T) solicitations, use the following link to the DLA C&T Technical Data Repository area at http://www.dla.mil/TroopSupport/ClothingandTextiles/SpecRequest.aspx.
Contracting Office Address:
DLA Troop Support
700 Robbins Avenue
Philadelphia, Pennsylvania 19111-5096
Primary Point of Contact:
Donna Kuzma-Streibich
Contracting Officer
Donna.Streibich@dla.mil
Phone: 215-737-5790
Secondary Point of Contact:
Mimi Pham
Acquisition Specialist
Mimi.Pham@dla.mil
Phone: 215-737-0316
Secondary Point of Contact:
Krysta Le
Acquisition Specialist
Krysta.Le@dla.mil
Phone: 215-737-3559