Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2005 FBO #1455
SOLICITATION NOTICE

84 -- U.S. COAST GUARD MATERNITY SHIRTS AND SLACKS

Notice Date
11/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
315299 — All Other Cut and Sew Apparel Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Supervisor, USCG Uniform Distribution Center, 414 Madison Ave., Woodbine, NJ, 08270
 
ZIP Code
08270
 
Solicitation Number
HSCGG9-06-Q-PUD619
 
Response Due
12/6/2005
 
Archive Date
12/21/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation Number: HSCGG9-06-Q-PUD619 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 2005-06. This procurement is 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) code is 315999, and the small business size standard is 500 employees. The government intends to award a Firm Fixed Price Order/Contract utilizing Simplified Acquisition Procedures (SAP). IMPORTANT NOTICE: FAR 52-232-33 (Payment by Electronic Funds Transfer Central Contractor Registration, May 1999) is a mandatory requirement for contractors to be registered in the CCR database. CONTRACTORS MAY REGISTER ON-LINE AT HTTP://WWW.CCR.GOV/. IT IS MANDATORY TO OBTAIN A DUNS NUMBER PRIOR TO REGISTERING. CONTRACTORS SHALL CALL DUN & BRADSTREET (1-800-333-0505) TO OBTAIN. AWARD CANNOT BE MADE UNLESS REGISTERED. The U.S. Coast Guard Uniform Distribution Center (UDC) has a requirement for 72 each of size small, 144 each of size medium, 156 each of size large, and 60 each of size extra large of Air Force maternity slacks, 96 each of size small, 72 each of size medium, 84 each of size large, and 24 each of size extra large of Air Force maternity tops, short sleeve, 60 each of size medium, 24 each of size large, and 6 each of size extra large of Air Force maternity tops, long sleeve. The Air Force maternity slacks shall be 100% polyester material in Air Force Shade # 1625 in accordance with Purchase Description HSC/YAG 94-1 and the slacks shall be manufactured in accordance with Purchase Description AESC 81-6B including Amendment No. 3. The Air Force maternity shirts, short sleeve, shall be a durable press polyester/cotton broadcloth, Class 4 (3.8 to 4.3 ounces) in Air Force Shade # 1550 in accordance with Military Detail MIL-DTL-43992C. The Air Force maternity shirts, short sleeve and long sleeve, shall be manufactured in accordance with Purchase Description AESC 82-17B including Amendment No. 2. The Contractor will be required to submit a first article for testing and approval by the Coast Guard Clothing Design and Technical Office (CDTO). The U.S. Coast Guard may waive the requirement for first article testing and approval where supplies identical or similar to those called for in the schedule have been previously furnished by the Contractor and have been accepted by the U.S. Coast Guard. The Contractor may request a waiver. REQUEST ALL PRICING TO BE QUOTED AS FOB DESTINATION. In accordance with Federal Acquisition Regulation (FAR) clause 52.209-4 First Article Approval ? Government Testing, paragraphs (a) and (b) of the clause are hereby included in full text, and the remainder of the clause is incorporated by reference. PARAGRAPH (a): The Contractor shall deliver the quantity specified under Contract Line Item Number (CLIN) 0001 (first article) in the contract, within 60 calendar days from the date the order is received by the Contractor. The first article shall be shipped to U.S. Coast Guard Clothing Design and Technical Office, Attention: Mr. Joseph Deblase, U.S. Army Soldier Systems Center, Warehouse 20-86, 15 Kansas Street, Natick MA 01760 for testing and approval. The shipping documentation shall contain the contract number and the item identification. The first article testing of the Air Force maternity slacks will consist of a visual examination for defects that affect appearance, serviceability, or salability and workmanship. The slacks will be inspected for conformance to the finished measurements specified in Table VI of Purchase Description AESC 81-6B. The slacks will be subjected to five consecutive dry cleanings to test for thread strength and puckering of the material. The first article testing of the Air Force maternity shirts, short sleeve, will consist of a visual examination for defects that affect appearance, serviceability or salability and workmanship. The shirts will be inspected for conformance to the finished measurements specified in Table III of Purchase Description AESC 82-17B. The shirts will be subjected to five consecutive launderings to test for thread strength and puckering of the material. Should the first article lot be destroyed during first article inspection or rendered unusable as a result of the first article inspection, it will be the Contractors responsibility to repair or replace the first article lot after the inspection so that they are part of the production lot. If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article. The Contractor shall furnish the additional first article to the Government under the terms and conditions and within the time specified by the Government. Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Within 5 calendar days after the U.S. Coast Guard receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specification and all other terms and conditions of the contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite the reasons for the disapproval. The production order shall be delivered to the following address: U.S. Coast Guard Uniform Distribution Center, 414 Madison Ave, Woodbine NJ 08270, and complete delivery must be made within 70 days of first article acceptance. If first article is waived, the complete delivery must be made within 70 days of date of contract award. PARITAL SHIPMENTS WILL BE ACCEPTED. The following FAR provisions and clauses apply to this solicitation: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998). The following provisions and clause are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (Jan 2004), FAR 52.204-7 Central Contractor Registration (Oct 2003), FAR 52.204-8 Annual Representations and Certifications (Jan 2005), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June 2004), FAR 52.219-6 Notice of Total Small Business Set-Aside (June 2003), FAR 52.222-3 Convict Labor (June 2003), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (June 2004), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Apr 2002), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), FAR 52.222-36 Affirmative Action for Workers with Disabilities (June 1998), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), FAR 52.225-1 Buy American Act-Supplies (June 2003), FAR 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003), FAR 52.232-1 Payments (Apr 1984), FAR 52.232-25 Prompt Payment (Oct 2003), FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), FAR 52.233-1 Disputes (Alternate 1)(Dec 1991), FAR 52.233-3 Protest After Award (Aug 1996), FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), FAR 52.243-1 Changes-Fixed Price (Aug 1987), FAR 52.247-34 F.o.b. Destination (Nov 1991), FAR 52.249-1 Termination for Convenience of the Government (Fixed- Price)(Short Form)(Apr 1984), FAR 52.249-8 Default (Fixed Price Supply and Service )(Apr 1984)The full text of the FAR can be accessed on the Internet at the following: http://www.arnet.gov/far/. In accordance with FAR Case 2002-24, Federal Acquisition Circular (FAC) 2001-26, and FAR Subpart 4.12 - Annual Representations and Certifications, the use of Online Representations and Certifications Application (ORCA) has become mandatory as of January 1, 2005. ORCA is available through the Business Partner Network (BPN) at http://www.bpn.gov/. Contractors will use ORCA to electronically submit annual Representations and Certifications (Reps & Certs). Contractors will no longer be required to submit hard copies of their Reps & Certs with each proposal. For contractors to be able to upload their Reps & Certs to ORCA, they must have an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN). Offerors responding to this announcement must include their Dun and Bradstreet (DUNS) number. If Contractors have already uploaded their annual Reps & Certs, please submit a statement with your quotation certifying that the Reps & Certs in ORCA are accurate for this solicitation, or provide the information required in required in FAR 52.212-3 (b) thru (j). The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar sale, provided such warranty is available at no additional cost to the government. The government will award an order resulting from this solicitation to the responsible offeror whose offer is most advantageous to the government. The government will evaluate each quotation based on price and delivery. The Air Force Military Detail and Purchase Descriptions are not attached and can be obtained in hard copy form, please contact SK2 Noelle Irish at 609-861-7903. All written quotations must be submitted and received at this office on or before December 6, 2005 at 2:00 PM eastern time. Quotations may be sent via fax to (609) 861-5632, Attn: SK2 Noelle Irish. Written quotations may also be sent to the following address: Contracting Officer, U.S. Coast Guard Uniform Distribution Center, 414 Madison Ave., Woodbine, N.J. 08270. All quotations must include the following information: Company Name; Company Address; Point of Contact; Phone number and E-mail address; business size; Commercial and Government Entity (CAGE) code; Data Universal Numbering System (DUNS number); Tax Identification Number; and Central Contractor Registration (CCR) status (active / inactive). Please direct all questions regarding this solicitation to SK2 Noelle Irish at (609) 861-7903. This is NOT a sealed bid advertisement, and quotations will NOT be publicly opened.
 
Place of Performance
Address: USCG/Uniform Distribution Center, 414 Madison Ave., Woodbine, NJ
Zip Code: 08270
Country: US
 
Record
SN00934181-W 20051120/051118211538 (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.