Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2002 FBO #0371
MODIFICATION

84 -- Undershirt, Man's, Long Sleeves, 100% Cotton

Notice Date
12/6/2002
 
Notice Type
Modification
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Supply Center Philadelphia - Clothing & Textiles, 700 Robbins Avenue, Philadelphia, PA, 19111-5096
 
ZIP Code
19111-5096
 
Solicitation Number
SP0100-03-R-0022
 
Archive Date
11/15/2003
 
Point of Contact
Donna Myler, Contract Specialist, Phone 215-737-3980, Fax 215-737-3276,
 
E-Mail Address
djmyler@dscp.dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This solicitation is modified / clarified as follows: Clauses/provisions applicable this acquisition are, FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items: FAR clause 52.252-9P11 Effective Date of Undated Regulatory Provisions and Clauses, 52.212-9000 Changes Military Readiness, DFAR Clause 252.204-7004 Required Central Contractor Registration; FAR Clause 52.212-5 Contract Terms and conditions Required to Implement Statutes or Executive Orders- Commercial Items (May 2002): FAR Clauses 52.222-3 Convict Labor, 52.233-3 Protest After Award, 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I, 52.219-8 Utilization of Small Business Concerns, 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; DFAR Clauses 252.225-7001 Buy American Act and Balance of Payments Program (Mar 1998) , 252.225-7012 Preference for Certain Domestic Commodities, 252.247-7023 Transportation of Supplies by Sea (May 2002), 252.247-7024 Notification of Transportation of Supplies by Sea(Mar 2000), 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DLAD provisions 52.233-9000 Protests, and 52.233-9001 Disputes: Agreement to Use Alternative Dispute Resolution (Jun 2001); DSCP Clause 52.211-9P38 Place of Performance. Offerors must submit FAR Clause 52.212-3 Offeror Representations and Certifications Commercial Items (Jul 2002), Alternate I (Apr 2002) (pages 36 through 43 of the Commercial Template) and SF 1449 with all applicable fill-ins completed, along with 2 product samples (sizes Small and Large). The template and SF 1449 are available at http://131.82.241.3/contract/index.htm. Click on Library, FAR Part 12, and C&T Commercial Template and SF 1449. The following interim changes to Purchase Description 93-01 are made: (1) Undershirt, Pullover design, 1x1 Rib mock turtleneck collar, two and one half inches in height, with full long sleeves, bleached white cotton, 5.0 ounces per square yard IAW (FSSD) PD 93-01, dtd 14 Jan 1993. (2) Page 2, Packaging, Packing and Palletization, Line 2, DELETE ASTM-D-3951-88 and REPLACE with ASTM-D-3951-98. (3) Page 2, Marking, lines 1 and 2, DELETE ASTM-D-3951-88 and REPLACE with ASTM-D-3951-98. The delivery schedule is corrected as follows: 120 days ADA 1809 units (vs. 1808 units) of NSN:8420-01-040-3146 are required. 150 days ADA 1809 units (vs. 1808 units)of NSN:8420-01-040-3146 are required. All other quantities remain the same as previously stated. Closing date for this solicitation is hereby extended to 3:00 PM EST, Monday 23 December 2002. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and simplified procedures IAW FAR 13.5, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2002-09. SP0100-03-R-0022 is being issued as a Request for Quote (RFQ). This solicitation is a 100% Small Business set-aside for Undershirt, 100% Cotton, NSNs 8420-01-040-3146 size Small, 8420-01-040-3147 size Medium, 8420-01-040-3148 size Large, and 8420-01-040-3149 size X-Large. The NAICS Code is 315211. End item requirements are contained in PD 93-01, dated 14 January 1993, and may be obtained by sending an E-mail request to: djmyler@dscp.dla.mil or dmach@dscp.dla.mil. No deviation from materials/construction shall be accepted. All materials are to be contractor furnished. The following interim change(s) to PD 93-01 apply: (a) Page 2, Packaging, Packing and Palletization, line 2, DELETE ASTM-D 3951-88 and SUBSTITUTE ASTM-D-3951-98. (b) Page 2, Marking, lines 1 and 2, DELETE ASTM-D 3951-88 and SUBSTITUTE ASTM-D 3951-98. (c) PREPARATION FOR DELIVERY, Pres/Pack to ASTM-D-3951, Poly Bags shall be tuck or reverse type flap closure. If storage is required, it shall be 30 to a carton. The following applicable specifications and standards are available for download at http://astimage.daps.dla.mil/online/new/ : MIL-STD-2073-1D(1), dated 10 May 02 (DoD Standard Practice for Military Packaging) and MIL-STD-129. The following Non-Government standards are applicable to this procurement, ANSI-ASQC Z1.4 (Procedures, Sampling and Tables for Inspection by Attributes), obtainable from: American Society for Quality Control, 611 East Wisconsin Ave., Milwaukee, WI 53201-460 and ASTM D 3951-98 (Standard for Commercial Packaging), obtainable from American Society For Testing and Materials, 100 Barr Harbor Drive, West Conshohocken, PA 19428-2959. This procurement is for a quantity of 59,000 units. Shipments will be FOB Destination to one (1) location: W25G1U, Transportation Officer, DDSP New Cumberland Facility, Building Mission Door 113-134, New Cumberland, PA 17070-5001 as follows: 60 days after date of award NSN 8420-01-040-3146, 1808 units; NSN 8420-01-040-3147 1612 units; NSN 8420-01-040-3148, 5901 units; NSN 8420-01-040-3149, 5428 units; 90 days after date of award NSN 8420-01-040-3146 a total of 1808 units; NSN 8420-01-040-3147 a total of 1612 units; NSN 8420-01-040-3148, a total of 5901, units; NSN 8420-01-040-3149, a total of 5428 units; 120 days after date of NSN 8420-01-040-3146 a total of 1808 units; NSN 8420-01-040-3147 a total of 1612 units; NSN 8420-01-040-3148, a total of 5901, units; NSN 8420-01-040-3149, a total of 5429 units; 150 days after date of award NSN 8420-01-040-3146 a total of 1808 units; NSN 8420-01-040-3147 a total of 1612 units; NSN 8420-01-040-3148, a total of 5901 units; NSN 8420-01-040-3149, a total of 5429 units;; Acceptable Quality Level (AQL) for end item dimensional inspection is 4.0 Inspection Level 2, and for visual examination 2.5 Inspection Level 2. Acceptability of lots will be determined by the use of sampling procedures and tables for inspection by attributes in ANSI/ASQC Z1.4. Clothing and Textile Commercial Solicitation Template contains required provisions, clauses and addenda for this solicitation including 52.212-1, Instructions to Offerors-Commercial; 52.212-3, Offeror Representations and Certifications-Commercial; 52.212-4 Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial. The template is available at http://131.82.241.3/contract/index.htm, for free download click on Library, FAR Part 12 and C&T Commercial Template. Offerors are required to return completed FAR Clause 52.212-3 and DFAR Clause 252.212-7000 (Offeror representations and Certifications - Commercial Items), FAR Clause 52.215-6 and DSCP Clause 52.211-9P38 (Place(s) of Performance), 52.209-9P05 (Identification of Sources for Cloth/Textile Components), FAR Clause 52.246-15 (Certificate of Conformance), identification of DUNS number or see 52.212-1(paragraph j), and remittance address with your proposal. In addendum to 52.212-1, paragraph b faxed offers are not authorized, in paragraph c period of acceptance for offer is 60 days, in paragraph e alternate offers of commercial items will not be considered for award, and in paragraph h the Government intends to make one award. Submittal of 2 product samples, one (1) size 38 Regular and one (1) size 38 Long, for visual and dimensional examination is required along with the offer. For text of clauses access electronically at these addresses: FAR and DFARS - http://www.acq.osd.mil/dp/dars/ ; DLAD, PROCLTRS and FARS Deviations - http://www.dla.mil/j-3/j-336. OFFERS MUST BE RECEIVED NO LATER THAN 3:00 PM EST ON 16 DECEMBER 2002. Mailed offers should be sent to: Defense Supply Center Philadelphia, Post Office Box 56667, Philadelphia, PA 19111-6667. Hand carried offers, including delivery by commercial carrier, should be delivered to: Defense Supply Center Philadelphia, Business Opportunities Office, Bldg. 36, 2nd Floor, Wing E, 700 Robbins Avenue, Philadelphia, PA 19111-5092. Note: All hand carried offers are to be delivered between 8:00 a.m. and 5:00 p.m., Monday through Friday, except for legal federal holidays as set forth in 5 USC 6103. Offerors using a commercial carrier service must ensure that the carrier service hand carries the package to the depository specified above for hand carried offers prior to the scheduled closing time. Package must be plainly marked on the outside of the commercial carrier's envelope with the solicitation number, date, and time set forth for receipt of offers. The following information will be mandatory on your offer: correct RFQ number, vendor legal name and address (same as it appears in the Central Contractor's Registry), telephone and fax numbers, point of contract, DUNS number, Cage Code, Tax ID number, and business size. If any of this information is omitted in the proposal, it will be considered non-responsive. In order to receive this award, all offerors must be registered with the Central Contractor's Registry. For additional information concerning this solicitation contact Donna Myler telephonically at 215-737-3980, or via e-mail at djmyler@dscp.dla.mil.
 
Record
SN00218107-W 20021208/021206213312 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.