Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2003 FBO #0724
SOLICITATION NOTICE

S -- Service contract to sew badges / patches / tags onto camouflage uniforms for CNRSW San Diego. Contract shall be for base and two one year options.

Notice Date
11/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024404T0105
 
Response Due
12/1/2003
 
Archive Date
12/31/2003
 
Point of Contact
Jessica Dunker 619-532-2588 Contract Specialist @ 619-532-2588; fax 619-532-2347
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/ for more information. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 (this means you must be a small business, quoting the product of a small-business manufacturer); all eligible, responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. Solicitation number / RFQ N00244 -04-T-0105 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-16 and DFAR Change Notices effective through 11/14/03. The standard industrial code is 7219 (NAICS 811490) and the business size standard is $6 million. This requirement is for a fixed priced contract for a base year and two one year options for a contract to sew patches / tags / badges onto camouflage uniforms for CNRSW in San Diego CA. The statement of work is as follows: Contractor shall sew badges / name patches onto camouflage uniform as provided by CNRSW Security Department. Customer will provide uniforms (consisting of shirt, pants, and hat) and Contractor to sew name-tags, U.S. Navy tags, rank collar devices, cover rank tags, the law enforcemen t badge and any designator to the uniform as specified. The customer will provide approximately 50 to 100 uniforms per month. The uniforms are made of green denim. The turn around time of the service is 4 to 5 days (uniforms will be dropped off and they need to be complete in this timeframe). All patches / badges / tags can be acquired from Vanguard Industries in Carlsbad CA except the nametags. Vanguard Industries can be contacted for information regarding the availability and any other information regarding the pre-made badges / patches. The nametags will have to be embroidered as required. Approved force insignia will be centered on the left breast pocket, and embroidered directly into the fabric. The appropriate embroidered rank / rate insignia will be worn centered on the front of the camouflage utility cap by all officers, chief petty officers and petty officers. The bottom of the insignia will be approximately 1 ?" from the visor. Officers will wear the regular size embroidered grade insignia specified for wear on epauletted outer garments. When wearing the eagle insignia, eagle faces to the wearer's right. Master chief, senior chief, and chief petty officers will wear the 1 ?" embroidered miniature cap device specified for wear on the garrison cap. First, second, and third class petty officers will wear the regular size embroidered petty officer cap device as prescribed for wear with command ball cap. The center of the collar insignia will be placed at a point approximately 1" from the front and lower edges of the collar and the vertical axis of the insignia will lie along an imaginary line bisecting the angle of the collar point as shown in sketch. Eagles face the front (inward). Master chief, senior chief and chief petty off icers will wear the 1 ?" embroidered miniature cap device. First, second, and third class petty officers will wear the appropriate miniature embroidered petty officer collar insignia. Breast insignia - Two earned warfare or other qualification insignia may be worn as shown in sketch. The size of the fabric strip on which they are embroidered will be rectangular / square, and the approximate size of the insignia. The primary earned embroidered breast insignia will be worn above the "U.S. Navy" identification marking on the shirt, located approximately ?" above the top edge of the fabric strip. The secondary earned embroidered breast insignia will be worn on the left breast pocket flap, located approximately ?" below the bottom edge of the "U.S. Navy" fabric strip. Identification markings - Identification marking is embroidered in approximately ?" block letters on approxima tely 1 ?" wide fabric strips. Names exceedingly long can be embroidered in approximately ?" letters. Proper locations of fabric strips are as follows. Shirt - A fabric strip containing the wearer's surname will be sewn above and flush with the top of the wearer's right shirt pocket. A fabric strip containing the words "U.S. Navy" will be sewn above and flush with the top of the wearer's left shirt pocket. An approved force insignia will be centered on the wearer's left breast pocket and embroidered directly into the fabric. Trousers - A fabric strip containing the wearer's surname will be sewn above and flush with the top of the right rear trouser pocket. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty t erms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements; 52.232-18, Availability of Funds and 52.232-19, Availability of Funds for the Next Fiscal Year. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employ ment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.ar net.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time on 12-01-03, and will be acce pted via fax (619-532-2347) or via e-mail (jessica.dunker@navy.mil). Quotes submitted, as an attachment to an e-mail should be sent in Word Version 6.0 or higher. See Numbered Note 1.
 
Web Link
click here to download a hard copy of the RFQ
(http://www.neco.navy.mil)
 
Record
SN00472849-W 20031121/031119212503 (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.