Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2006 FBO #1818
MODIFICATION

84 -- UNDERSHIRT; MAN'S LONG SLEEVES 100% COTTON

Notice Date
11/16/2006
 
Notice Type
Modification
 
NAICS
315211 — Men's and Boys' Cut and Sew Apparel Contractors
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Supply Center Philadelphia - Clothing & Textiles, 700 Robbins Avenue, Philadelphia, PA, 19111-5096, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SPM1C1-06-Q-0151
 
Response Due
11/22/2006
 
Archive Date
11/16/2007
 
Point of Contact
Uchenna Nwachuku, Contract Specialist, Phone 215-737-5867, Fax 215-737-3276, - Kishayra Lambert, Contract Specialist, Phone 215-737-3234, Fax 215-737-3276,
 
E-Mail Address
Uchenna.Nwachuku@dla.mil, Kishayra.Lambert@dla.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
The time and date for receipt of quotes is hereby extended to 3:00pm local time on November 22, 2006. Numbered notes 9, 13, 25, and 27 apply. 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. All responsible sources may submit a quote that if timely received shall be considered by the agency. SPM1C1-06-Q-0151 is being issued as a Request for Quotation (RFQ) and a 100% Hubzone set-aside. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13. The NAICS Code is 315211, the small business size standard is 500. UNDERSHIRT PULLOVER DESIGN, 1X1 RIB MOCK TURTLENECK COLLAR, 2-1/2 INCHES IN HEIGHT, WITH FULL LONG SLEEVES, BLEACHED WHITE COTTON, 5.0 OUNCES PER SQUARE YARD, IN ACCORDANCE WITH (FSSD) PD-93-01, DATED 14 JANUARY 1993.Packaging, Packing and Palletization, Line 2, delete ?ASTM-D-3951-88? and Substitute ?ASTM-D-3951-98?. Marking, Lines 1 and 2, Delete ?ASTM-D-3951-88? and Substitute ?ASTM-D-3951-98?. Accepting of lots will be determined by the use of sampling procedures and tables for inspection by attributes 2/27/95 in ANSI/ASQC Z1.4 (Applications for copies should be addressed to the AMERICAN SOCIETY FOR TESTING AND MATERIALS, 100 BARR HARBOR DRIVE, WEST CONSHOHOKEN, PA 19428-2959). FOR PACKAGING DATA ? MIL-STD-129 NO SPECIAL MARKING. 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. For all shipments of packaged materiel to the government, which includes either Depot (DLA-Direct) or DVD (Customer-Direct) shipments, both DoD linear and two-dimensional (2D) bar code markings are required on Military Shipping Labels in accordance with MIL-STD-129, Revision P, dated December 15, 2002 (but see DLAD 52.211-9010(D) for exceptions to the requirement for MSL and 2D symbols). See the DLA packaging web site identified in DLAD 52.211-9010(E) for change notices to MIL-STD-129P that apply. 2D bar coding shall be in accordance with ISO/IEC 15438, ISO/IEC 15434 (ANSI MH10.8.3) and DoD 4500.9-R. MSL linear (code 3 of 9 or code 39) bar coding shall be in accordance with ISO/IEC 16388. Shipping label stock quality shall meet MIL-PRF-61002. Bar code print quality shall meet ANSI MH10.8-2000 or ANSI X3.182-1990 (R2000) for applicable 2D and/or linear bar codes. All DVD shipments shall meet additional linear bar coding requirements in DLAD 52.211-9010(C). Except for the Transportation Control Number (TCN), which must always be present on the Military Shipping Label, when the contract/order omits any other data elements as defined in MIL-STD-129P and if the information is not available from the Administrative Contracting Office, then the field is not required as part of the Military Shipping Label and may be left blank. If there are inconsistencies between the schedule and MIL-STD-129P, the schedule takes precedence. FOB Destination applies. Deliver to W62G2T, Defense Distribution Depot San Joaquin 25600 S Chrisman Road, Tracy CA 95304-5000. All material must be furnished by the awardee. The total quantity is 4,430ea (2940 Large and 1490 Medium).CLIN 0001: Large. 8420-01-040-3148. 980 due 60 days after date of award, 980 due 90 days after date of award, 980 due 120 days after date of award. CLIN 0002: Medium. 8420-01-040-3147. 490 due 60 days after date of award, 500 due 90 days after date of award, 500 due 120 days after date of award. The Defense Priorities and Allocations Systems (DPACS) assigned rating is DOC9. This solicitation 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 Items (June 2006), 52.212-4 ? Contract Terms and Conditions ? Commercial Items (Sept 2005), 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2006), and DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive orders Applicable to Defense Acquisition of Commercial Items. In addendum to 52.212-1, in paragraph (b) faxed offers are authorized, in paragraph (c) Period of acceptance is 90 days, in paragraph (e), alternative commercial items will not be considered for award on this instant acquisition, however, may be utilized for market research on future requirements, in paragraph (h) the Government intends to make one award, in paragraph (j) The requirement to provide a DUNS number with the offer applies at all dollar values if the offeror is required to register in the Central Contractor Registration (CCR) Database in accordance with DFARS clause 252.204-7004. In 52.212-1, the following clauses are included by reference: 52.211-9011-BSM Delivery Terms and Conditions (May 2006) DLAD, 52.215-6-Place of Performance, DSCP 52.209-9P05-Identification of Sources of Cloth/Textile Components, DSCP 52.211-9P38-Place of Performance, including (d), 52.216-1-Type of Contract ? ?firm fixed price? is to be inserted in the blank space for the type of contract. In 52.212-3, the following clause are incorporated: DFARS 252.225-7000-Buy American Act- Balance of Payments Program Certificate (June 2005), DLA 52.233-9001-Disoutes: Agreement to Use Alternative Dispute Resolution (Jun 2001) In 52.212-4 (g) addendum is as follows: The invoicing and payment office for orders/contracts issued by DSCP-Clothing and Textiles shall be as follows: Normal Mail Delivery: DFAS-Columbus Center, ATTN: DFAS-BVDPII\CC, P.O. Box 182317, Columbus, OH 43218-6248, Overnight Delivery: DFAS-Columbus Center, ATTN: DFAS-BVDPII\CC, 3990 East Broad Street, Building 21, Columbus, OH 43213-1152, In 52.212-4 (i) Fast pay applies for DVD shipments only, for these DVD shipments 52.213-1-Fast Payment Procedures, DLAD 52.212-9001-Application of Fast Payment to Part 12 Acquisitions, and DLAD 52.213-9009-Fast Payment Procedure are also incorporated by reference. The following clauses are also incorporated into 52.212-4 by reference: FAR 52.204-7-Central Contractor Registration (OCT 2003), DFARS 252.204-7003-Control of Government Personnel Work Product (APR 1992), DFARS 252.204-7004 Alternate A (NOV 2003), DFARS 252.209-7004-Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (MAR 1998), DFARS 252.225-7002-Qualifying Country Sources as Subcontractors (APR 2003), DFARS 252.232-7010-Levies on Contract Payments (SEPT 2005), DLAD 52.211-9010 Alternate I (Dec 2005)-Shipping Documentation - MIL-STD-129P, DLAD 52.233-9000-Agency Protests (SEP 1999), DLAD 52.247-9012-Requirements for Treatment of Wood Packaging Material (WPM) (JULY 2006), 52.211-16 Variation in Quantity (Apr 1984) (b) shall read 2% increase and 2% decrease, DFARS 252.211-7006-Radio Frequency Identification (May 2006), DLAS 52.212-9000 ? Changes-Military Readiness (Mar 2001), 52.247-34-FOB Destination, 52.247-48-FOB Destination-Evidence of Shipment, DSCP 52.246-9P27-Distribution of Material Inspection & Receiving Reports, DSCP 52.246-9P12-Inspection & Acceptance, paragraph (a) insert ?contractors plant? in both locations. In 52.212-5 (b) the following clauses are incorporated by reference: 52.219-3, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, and 52.232-33. In DFARS 252.212-7001 the following clauses are incorporated by reference: 252.225-7001 and 252.232-7003. Offerors are required to return completed 52.212-3, identification of place(s) of performance and qualified laboratory proposed for use, identification of DUNS number, identification of Cage Code, and remittance address with your quote. The full text of solicitation clauses and provisions may be accessed electronically at the following websites: FAR, DFARS, DLAD, and DSCP Local Clauses ? http://www.dla.mil/j-3/j-336/icps.htm PROCLTRs and FARS Deviations ? http://www.dla.mil/j-3/j-3311/dlad/rev5.htm All quotes must be received no later than 3:00 p.m. local time on Wednesday November 15th, 2006. Mailed quotes should be sent to: Attn: Uchenna Nwachuku DSCP-FQBD/6D441, Defense Supply Center Philadelphia, Philadelphia, PA 19111. Faxed quotes should be addressed to Uchenna Nwachuku and sent to: 215-737-3276. The following information will be mandatory on your quote: correct RFQ number, vendor legal name and address (same as it appears in the Central Contractor?s Registration), telephone and fax numbers, point of contact, DUNS numbers, Cage Code, Tax ID number, business size and HubZone representation, and any completions required as stated above. In order to receive this award, all offerors must be registered with the Central Contractor?s Registration.
 
Record
SN01182033-W 20061118/061116220139 (fbodaily.com)
 
Source
FedBizOpps 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.