Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 23, 2005 FBO #1427
SOLICITATION NOTICE

84 -- Uniforms and footwear for security officers

Notice Date
10/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
448110 — Men's Clothing Stores
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Information Technology Contracts Unit/PPMS, 1000 Custer Hollow Road, Module B-3, Clarksburg, WV, 26306
 
ZIP Code
26306
 
Solicitation Number
RPQ0209642
 
Response Due
11/3/2005
 
Archive Date
11/18/2005
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. (i) This announcement constitutes the only solicitation; a quotation is being requested and a written solicitation will not be issued. (ii) This combined synopsis/solicitation is issued as a Request for Quotation (RFQ #0209642). (iii) The solicitation document and incorporated provisions and clauses are those in effect through FEDERAL ACQUISITION CIRCULAR 2005-06. (iv) This solicitation is restricted to a small business set-aside. Standard Industrial Classification Code is 5699 and the small business size standard is 100 employees. A firm-fixed-price Blanket Purchase Agreement purchase order will be issued for each of the locations detailed in section (v) as a result of this combined synopsis/solicitation with a period of performance running twelve months from the date of award and the government reserves the right to exercise up to four, one year option periods. (v) The RFQ is for the following CONTRACT LINE ITEM NUMBERS (CLINs) Items to fully cloth / outfit security officers assigned to the CJIS Division located in Clarksburg, WV; New York Field Office located in New York, NY; Quantico Center located in Quantico, VA; and FBI Headquarters located in Washington, DC. CLIN 0001: 5 Star Summer Cap Military Style w/3 piece strap set / rivet type ends: LAPD Blue: BRAND NAME SPECIFIC: Manufacturer: Midway: QUANTITY: up to 300 during base year CLIN 0002: Rain Hat Protector: Black: Manufacturer: N/A: QUANTITY: up to 300 during base year CLIN 0003: Trooper Cap W/Fur Flaps Cordura / Tasian: Navy: BRAND NAME SPECIFIC: Manufacturer: Midway or equal: QUANTITY: up to 300 during base year CLIN 0004 L/S Navy Shirt 75%Polyester 25% Wool: LAPD Blue: BRAND NAME SPECIFIC:Manufacturer: Flying Cross: QUANTITY: up to 300 during base year CLIN 0005: S/S White Shirt 65% Polyester 35% Cotton: 85R5400: BRAND NAME SPECIFIC: Manufacturer: Flying Cross: QUANTITY: up to 300 during base year CLIN 0007: L/S White Shirt 65% Polyester 35% Rayon: 45W6600: BRAND NAME SPECIFIC:Manufacturer: Flying Cross: QUANTITY: up to 300 during base year CLIN 0008: Trousers 75% Dacron Polyester 25% Wool: LAPD Blue 42280: BRAND NAME SPECIFIC: Manufacturer: Flying Cross: QUANTITY: up to 300 during base year CLIN 0009: Clip on Ties: Navy & Black: Manufacturer: N/A: QUANTITY: up to 300 during base year CLIN 0010: Command Sweater w/ Windstopper Lining/V-Neck: 00810 Navy: BRAND NAME SPECIFIC: Manufacturer: Fechheimer: QUANTITY: up to 300 during base year CLIN 0011: Winter JackEST w/ Gore-Tex Liner LAPD Blue: 79130: BRAND NAME SPECIFIC: Manufacturer: Flying Cross: QUANTITY: up to 300 during base year CLIN 0012: Black & Orange Reversible Rain Coat ?48? length: 447RC: BRAND NAME SPECIFIC: Manufacturer: Neese: QUANTITY: up to 300 during base year CLIN 0013: Black Leather Gloves with 3-M Thinsulate Lining: Manufacturer: N/A: QUANTITY: up to 300 during base year CLIN 0014: Gold Finish: Name Tags: clutch back: Gold Finish: BRAND NAME SPECIFIC: Manufacturer: Blackington QUANTITY: up to 300 during base year CLIN 0015: Tie Bar: Gold Finish: BRAND NAME SPECIFIC: Manufacturer: Blackington: QUANTITY: up to 300 during base year CLIN 0016: WV/USA Double Flag Pin: Manufacturer N/A:QUANTITY: up to 300 during base year CLIN 0017: Gold Border American Flag Patch: (For Right Sleeve): Manufacturer: N/A: QUANTITY: up to 300 during base year CLIN 0018: FBI Collar Pins: 1/2?: BRAND NAME SPECIFIC: Manufacturer: Blackington: QUANTITY: up to 300 during base year CLIN 0019: Security Collar Pins: 1/4?: BRAND NAME SPECIFIC: Manufacturer: Blackington: QUANTITY: up to 300 during base year CLIN 0020: Order Plain Leather Shoes: BLK #511 & #211: BRAND NAME SPECIFIC: Manufacturer: Rocky: QUANTITY: up to 300 during base year CLIN 0021: Leather Gortex Lug Sole Boots/Eliminator: BLK #8032 & #4044: BRAND NAME SPECIFIC Manufacturer: Rocky: QUANTITY: up to 300 during base year CLIN 0022: Leather Mt. Stalker: BLK #7017: BRAND NAME SPECIFIC: Manufacturer: Rocky: QUANTITY: up to 300 during base year CLIN 0023: Rocky Portland Boots: BLK #2080: BRAND NAME SPECIFIC: Manufacturer: Rocky: QUANTITY: up to 300 during base year CLIN 0024: Bates Enforcer Side Zip Boots: BLK #2160 & #2700: BRAND NAME SPECIFIC: Manufacturer: Bates: QUANTITY: up to 300 during base year CLIN 0025: Blizzard Stalker Boots: BLK #4465 & #7455: BRAND NAME SPECIFIC: Manufacturer: Rocky: QUANTITY: up to 300 during base year CLIN 0026: BDU 2-PockEST Shirt 65/35 Cotton/Poly RipStop: Navy Blue: Manufacturer: N/A: QUANTITY: up to 300 during base year CLIN 0027: BDU Pants 65/35 Poly/Cotton RipStop: Navy Blue: Manufacturer: N/A QUANTITY: up to 300 during base year (vi) All inquiries must be submitted in writing by Thursday, October 27, 2005, 12:00 p.m. EST to the Federal Bureau of Investigation, Information Technology Contracts Unit, Attn: Barbara A. Rogers, Module E-3, Clarksburg, WV, 26306, or e-mail to: brogers5@leo.gov, or facsimile at 304-625-5391. An itemized spreadsheet will be sent to potential Offerors upon receipt of written requests received by Thursday, October 27, 2005, 12:00 p.m. EST. (a) alterations shall be included (b) brand name specific items as requested, no substitutions shall be permitted (c) shall bid all requested CLIN items as designated, no partial order bids accepted (d) order of oversize garments shall be included (e) lead time for each CLIN item requested shall include lead time / delivery schedule to any and/or all identified locations as detailed in (v) (f) requested material blend percentages shall comply exactly as detailed in respective CLIN description, (vii) Delivery of requested items shall be available no later than 30 days following the issuance of a purchase order at the Federal Bureau of Investigation?s identified locations as detailed in section and shall be F.O.B. Destination (v), (viii) FAR 52.212 1, Instruction to Offerors ? Commercial, is incorporated by reference and applies to this acquisition. ADDENDUM FAR 52.212 1 Para. (B) Submit three copies of signed and dated offer by 12:00 p.m. EST on Thursday November 3, 2005 to The Federal Bureau of Investigation, Information Technology Contracts Unit, Attn: Barbara A. Rogers, Module E-3, 1000 Custer Hollow Road, Clarksburg, WV 26306 or facsimile at 304-625-5391. ADDENDUM FAR 52.212 1 Para (B) (1) Offers shall include the solicitation number RFQ #020964. ADDENDUM FAR 52.212-1 Para (B) (3) The name, address, and telephone number of the Offeror. ADDENDUM FAR 52.212-1 Para (B) (6) Offeror shall include the bid price and any applicable discounts for the base year and each option year. ADDENDUM FAR 52.212-1 Para (B) (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. ADDENDUM FAR 52.212-1 Para (C) The Offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers until date of award. ADDENDUM FAR 52.212-1 Para (F) (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. (ix) FAR 52.212 2, Evaluation Commercial Items is incorporated by reference and applies to this acquisition. ADDENDUM FAR 52.212 2 Para. (A) The Government will award a Blanket Purchase Agreement resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price, and other factors considered. The following factors, in descending order of importance, shall be used to evaluate offers: technical capability to meet the requirements as described, price, and ability to meet or exceed all specified time frames regarding availability. (x) Offeror shall include a completed copy of the provision at 52.212 3, Offeror Representations and Certifications Commercial Items, with its offer (www.ACQNET.gov , select from left side of page ?Federal Acquisition Regulation?, select ?Current FAR?, select ?PDF Format?, select from left side of page ?Part 52?, select ?Subpart 52.2?, scroll to and print section 52.212-3 (pages 1193 through 1198) (xi) FAR 52.212 4, Contract Terms and Conditions Commercial Items, is incorporated by reference and applies to this acquisition and resulting contract type: The resulting contract will be firm, fixed price (FFP) Blanket Purchase Agreement. (xii) FAR 52.212 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, is incorporated by reference; however, for Paragraph (B) only the following provisions apply to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.219-6 Notice of Total Small Business Set-Aside, 52.222-19 Child Labor- Cooperation with Authorities and Remedies, 52.225-1 Buy American Act-Supplies, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (xiii) FAR 52-204-7 Central Contractor Registration is incorporated by reference and applies to this acquisition. (xiv) DPAS rating: N/A. (xv) CBD Numbered Notes: N/A. (xvi) A technically acceptable quotation must clearly show that the Offeror can meet the minimum requirements of the Government. Any clarifications or questions should be in writing and directed to FBI Contracting Officer, Barbara A. Rogers, at brogers5@leo.gov, or facsimile at 304-625-5391 by Thursday, October 27, 2005, 12:00 p.m. EST. If clarifications or questions are received after this date and time, the Government reserves the right to not provide a response. The Offeror is requested to submit three signed copies of their quote by 12:00 pm EST on Thursday, November 3, 2005 to The Federal Bureau of Investigation, Information Technology Contracts Unit, Attn: Barbara A. Rogers, Module E-3, 1000 Custer Hollow Road, Clarksburg, WV 26306 or facsimile at 304-625-5391. Quotes submitted electronically by e-mail to brogers5@leo.gov , prior to submission of signed original, shall be submitted at least 24 hrs prior to the stated due date and time of hard copy submissions. (xvii) Name and phone of individual to contact regarding the solicitation: Barbara A. Rogers 304-625-5061.
 
Place of Performance
Address: Federal Bureau of Investigation, 1000 Custer Hollow Rd, Mod E-3, Clarksburg, WV
Zip Code: 26306
Country: U.S.A.
 
Record
SN00919213-W 20051023/051022080239 (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.