Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2009 FBO #2663
SOLICITATION NOTICE

84 -- Custom Football Jerseys

Notice Date
3/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Drum, T-45 West Street, Fort Drum, NY 13602
 
ZIP Code
13602
 
Solicitation Number
W16XU790540402
 
Response Due
3/16/2009
 
Archive Date
9/12/2009
 
Point of Contact
Name: Thomas Youngs, Title: Contract Specialist, Phone: 3157726523, Fax: 3157726406
 
E-Mail Address
thomas.youngs@us.army.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, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W16XU790540402 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 315299 with a small business size standard of 500 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-03-16 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be., NY 13602 The USA ACA Ft. Drum requires the following items, Exact Match Only, to the following: LI 001, Body constructed of high quality 100% Polyester Tricot Mesh. Double thick yoke with 100% polyester Dazzle Fabric on the shoulders and sleeves. / Sewn down textured Tackle Twill Applique' customized 10th Mountain Division specific number (10) displayed in double colors on the chest 10, back 12, and shoulders 4. The numbers are red with a white 1/4 outline on the chest and back, the shoulder numbers have a 3/16 white outline. / 38,000 stitch double colors 10th Mountain Division logo with mountain tab embroidered on both sleeves and patch sewn on chest. The divisions logos on the sleeves (3 7/8 in H x 2.75 in W) are embroidered directly to the sleeve fabric. The chest logo is a 100% embroidered patch (1.5 in. H x 1.25 in. W) sewn on the chest centered on and 1 above the division number. / Nameplate on the back of the jersey shall say MOUNTAIN. The word MOUNTAIN is the color White, with a 1/8 inch. Royal Blue outline (bottom layer of appliqu). / Custom woven Damask Label inside collar and back ridge of collar with manufacturers name. / Custom woven Damask Stay Army Label applied to the lower left bottom of the jersey, the dimensions of the "Stay Army" label are.75 H x 2.5 W. / Custom woven Damask Jock Tag applied to the lower front left bottom of jersey. The Jock Tag is a (4.75 in. H x 2.5 in. W) Damask woven label. It includes the manufacturers name and logo. / Contrasting scarlet red, 1 W, Ribbed V Neck collar made of thick polyester. / 100% Spandex side inserts in Custom Dyed scarlet red. / The Authentic NFL quality football jersey is royal blue and 100% Custom Dyed Finished to Division specific color schemes. The color specifications are White, PMS 286c (royal blue), and PMS 186c (scarlet red). / The total quantity shall consist of the following sizes: Medium: 75; Large: 175; X-Large: 175; 2X-Large: 75 / ******ONE PROOF IS REQUIRED WITHIN 5 BUSINESS DAYS AFTER RECEIPT OF ORDER FOR APPROVAL PRIOR TO MASS PRODUCTION****** / All items must use the Army logo properly as per the Army Style Guide, the logo includes the registered mark. The Style Guide is the document that controls the usage of the Army logo and can be obtained from the US Army Accessions Command by visiting this URL: http://www.usaac.army.mil/sod/. / Vendors must be an official licensee authorized to sell Army logo merchandise. Vendors interested in becoming official Army product licensees may call (502) 626-0853 or e-mail suzanne.nagel@usaac.army.mil, 500, EA; For this solicitation, USA ACA Ft. Drum intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Ft. Drum is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required non-pricing responses (e.g. technical proposal, representations and certifications, etc) directly to (not through FedBid.com), so that any required information is received at that email address no later than the closing date and time for this solicitation. The following clauses and apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions - Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.219-6, Notice of Total Small Business Set-Aside;52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child LaborCooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities;52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33. Payment by Electronic Funds Transfer--Central Contractor Registration. The following DFARS clauses in paragraph (b) of DFARS clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 252.203-7000, Requirements Relating to Compensation for Former DoD Civilians;252.204-7004 ALT A, Required Central Contractor Registration; 252.225-7001, Buy American Act And Balance Of Payments Program; 252.232-7003, Electronic Submission Of Payment Requests; 252.246-7000, Material Inspection and Receiving Report;252.247-7023, Transportation of Supplies by Sea. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.204-8, Annual Representation and Certification; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial items. FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW 52.204-7 Central Contractor Registration (CCR), the offeror must be registered in CCR. Information can be found at http://www.ccr.gov IAW FAR 52.204-8 Annual Representation and Certification, the offeror is required to input their Representations and Certifications into the online representation and certifications application (ORCA) database which is located at https://orca.bpn.gov/ Delivery shall be made within 30 days or less after receipt of order (ARO) or as otherwise specified. Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an all-or-nothing basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB). IAW FAR 52.252-2 Clauses Incorporated by Reference, and the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; all are current to the most recent revision dates posted on this site.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9f24afa103cca5a21e61877d9245f899&tab=core&_cview=1)
 
Place of Performance
Address: ., NY 13602<br />
Zip Code: 13602<br />
 
Record
SN01765988-W 20090312/090310220126-9f24afa103cca5a21e61877d9245f899 (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.