Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2008 FBO #2462
SOLICITATION NOTICE

84 -- Embroidery/Sewing Service

Notice Date
8/21/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
451130 — Sewing, Needlework, and Piece Goods Stores
 
Contracting Office
Department of the Navy, Naval Special Warfare Development Group, Naval Special Warfare Group Four, 2220 Schofiled Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92242-09-T-0650
 
Archive Date
9/20/2008
 
Point of Contact
Mary Tuttle,, Phone: 757-763-4407, Ruby Phillips,, Phone: 757-763-4432
 
E-Mail Address
mary.tuttle@nsweast.socom.mil, ruby.phillips@nsweast.socom.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; Proposals are being requested, a written solicitation will not be issued. The Request for Quotation number is H92242-09-T-0650. This solicitation documents incorporates provisions and clauses that are in effect through FAC 2005-23, dated 26 December 2007 and DFARS Change Notice 20080110. The DPAS Rating for this solicitation is S1. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 451130, the Size Standard is $6.5 Mil. This requirement is Unrestricted. The Naval Special Warfare Group 4 requests responses from qualified sources capable of providing Embroidery and Sewing Service. Performance shall be In Accordance With the below Statement of Work. This requirement is FOB Destination. Perform routine and emergent Sewing and Embroidery services on Special Boat Team Twelve (SBT-12) Woodland and Desert Camouflage Uniforms. Task to include: 1. Uniform Embroidery Set: Cap – Rank Top/Blouse – USN Patch, Name, Collar Device and 1 or 2 Designated Warfare Pin Bottom/Pant – Name 2. Operational Camouflage Top/Blouse – Sewing of Pockets with Military Specification Velcro Strips. Two Shoulder Pockets and Two Breast Pockets. 3. Patches with Velcro: Name Tag Blood Type Patch U.S. Flag Vendor will perform service at his location, and provide all embroidery materials. Government will provide Camouflage Blouse, Pants and Caps from SBT-12. Vendor will provide pick-up of clothing/uniforms, and delivery of finished product, once a week as scheduled and emergency services will be performed upon request, with the approval of SBT-12 Supply Officer at Supply Building 214, NAB, and Coronado, CA. What are your Payment Terms? What is your Tax Identification Number? What is your DUNs Number? What is your Cage Code? Are you Registered on the Contractor’s Central Register? Is your Company a Small or Large Business? Please provide quote to Mary Tuttle on or before 5 September 2008, 3:00PM EST Phone: 757-763-4407, FAX: 757-492-1343 EMAIL: mary.tuttle@nsweast.socom.mil The following FAR provisions and clauses are applicable to this procurement: 52.212-3 and its ALT I (Nov 2007), Offeror Representations and Certifications. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items; 52.203-3 Gratuities (Apr 1984), 52.204-7 Central Contractor Registration (Jul 2006), 52.203-6 Restriction on Subcontractor Sales to the Government (Sep 2006), 52.203-6 ALT 1 (Oct 1995), 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2007), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Nov 2007). The following clauses are applicable to this solicitation: 52.222-26 Equal Opportunity (May 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004), 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000), 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration (Oct 2003), 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004), 52-247.34 F.O.B. Designation (Nov 1991), 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984),52.252-2 Clauses incorporated by reference (Feb 1998)and 52.252-6 Authorized Deviations in Clauses (Apr 1984). Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Offeror representations and certifications – Commercial Items(Jun 2005) Certification and Representation shall be submitted separately from the quote and 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Apr 2007), 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007), 252.232-7003 Electronic Submission of Payment Requests (May 2006),, 252.243-7001 Pricing of Contract Modifications (Dec 1991)and 252.211-7003 Item Identification and Valuation (Jun 2005). Quoters shall include the quoter’s price for each part listed in this synopsis. All clauses will be incorporated by reference in the order. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Facsimiles will be accepted. 52.212-2, Evaluation - Commercial Items (Jan 1999) is applicable to this procurement. (a) The government will award a contract resulting from this solicitation to the responsible quoter whose offer conforming to the solicitation will be the most advantageous to the Government price and other factors considered. While price will be a significant factor in the evaluation of offers, it will not be the most significant factor. The factors order of preference from most important to least important are: 1. Technical, 2. Past Performance 3. Price. To be considered by the agency, all quotes must be received by the Contracting Officer no later than 1500 HOURS (Eastern Standard Time) on 05 September 2008. All questions shall be sent to the Contracting Officer, Mary Tuttle, at (757) 763-4407 or email mary.tuttle@nsweast.socom.mil., Numbered Note 1...
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=412c783bb8c135b5be1773c3deb41c39&tab=core&_cview=1)
 
Place of Performance
Address: Special Boat Team Twelve, 3402 Tarawa Road, Bldg. 214, San Diego, California, 92155, United States
Zip Code: 92155
 
Record
SN01647278-W 20080823/080821222252-412c783bb8c135b5be1773c3deb41c39 (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.