Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2010 FBO #3186
SOLICITATION NOTICE

83 -- USSS Uniforms - Uniform Specifications

Notice Date
8/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315299 — All Other Cut and Sew Apparel Manufacturing
 
Contracting Office
Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
 
ZIP Code
20223
 
Solicitation Number
201320
 
Point of Contact
Danielle M. Donaldson, Phone: (202) 406-6812
 
E-Mail Address
danielle.donaldson@usss.dhs.gov
(danielle.donaldson@usss.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Uniform Spreadsheet - Pricing Format Uniform Specifications 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is 201320, and is being issued as a request for proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-40. This requirement is 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) is 315299 with a small business size standard of 500 employees. The Government intends to award a competitive fixed price indefinite quantity contract. The resulting contract is targeted to be awarded by 30 September 2010 and will be in effect for a TWELVE (12) month base period followed by FOUR (4) option year periods. Estimated period of performance is: Base Period: September 30, 2010 - September 29, 2011 Option 1: September 30, 2011 - September 29, 2012 Option 2: September 30, 2012 - September 29, 2013 Option 3: September 30, 2013 - September 29, 2014 Option 4: September 30, 2014 - September 29, 2015 Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents at the Federal Business Opportunities Website at http://www.fbo.gov. This office will not issue hard copy solicitations. By submitting a proposal, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. MADE IN THE USA REQUIREMENT This requirement means the clothing must consist of American made fabric *and* the clothing must be assembled in the United States. See FAR 52.225.1: Buy American Act: Supplies: For manufactured end products, The Buy American Act uses a two-part test to define a domestic end product. (1) The article must be manufactured in the United Sates; and (2) The cost of domestic components must exceed 50 percent of the cost of all the components. Please note that each item must meet both (1) and (2). This Solicitation is comprised of: I. CONTRACT LINE ITEM (CLIN) SPECIFICATIONS II. FORMAT AND SUBMISSION OF PROPOSAL III. EVALUATION FACTORS IV. PROVISIONS AND CLAUSES V. ADDITIONAL INFORMATION FOR OFFERORS ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. CONTRACT LINE ITEM (CLIN) SPECIFICATIONS See attached CLIN Pricing Sheet and CLIN Specification document. Minimum annual guarantee is the minimum as stated per CLIN. A SAMPLE MUST BE PROVIDED IN SUPPORT OF PROPOSAL FOR EACH CLIN. TO BE CONSIDERED RESPONSIVE, THE SAMPLE MUST BE POSTMARKED NO LATER THAN 27 AUGUST 2010. SEE SAMPLE DELIVERY INSTRUCTIONS UNDER, II. FORMAT AND SUBMISSION OF PROPOSAL, PART D. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. FORMAT AND SUBMISSION OF PROPOSAL Part A. PRICING AND AVAILABILITY - The offeror shall provide an FOB Destination "each" price for all CLINs, estimated delivery date after receipt of order, and a total order price based on the minimum order quantity. See attached Pricing Worksheet for required format. Part B. OFFEROR INFORMATION: The offeror shall provide: 1) Name, title, telephone number, fax number, and email address of the point of contact. 2) Nine-digit DUNS. The DUNS is used to verify that the vendor is in CCR. By submitting a proposal, the Offeror acknowledges the Government requirement to be in the Central Contractor Registration (CCR) database prior to award of any contract. Information about CCR may be found at www.ccr.gov. 3) Nine-digit TIN. The Taxpayer Identification Number is necessary for electronic payment. 4) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. If you have completed the annual representations and certifications electronically through ORCA at http://orca.bpn.gov, then provide a statement as such and it will be verified. 5) FAR 52.225-2, Buy American Act Certificate (see attachment). This certificate must be completed and submitted with the offer. PART C. PAST PERFORMANCE REFERENCES The offeror shall submit at least three references for current and past performance. Past Performance will be evaluated in terms of relevancy and currency (See Section III. Evaluation Factors). The submission of all references shall include the following information: Contract Number(s) Name and phone number of a point of contact at the Federal, State, Local Government or Commercial entity for which the contract was performed. Email addresses for each point of contact Dollar value of the Contract. Detailed description of the work performed. The number, type and severity of any quality, delivery or cost problems in performing the contract, the corrective action taken and the effectiveness of the correct action. Part D. SAMPLE A sample must be provided in support of quote for each CLIN. To be considered responsive, the sample must be postmarked no later than 30 August 2010. The tracking number and shipper must be submitted to Danielle.Donaldson@usss.dhs.gov. SAMPLE DELIVERY INSTRUCTIONS All boxes shall have the address of the final destination labeled on the box as stated at the bottom. Delivery for items with dimensions of 24" width by 32" height and 70 pounds or larger are required to go to the address below before proceeding to the final address below. The delivery truck shall first deliver to the following address for inspection: FPS Vehicle Inspection Facility, 12th & C Street, SW, Washington, DC 20224 Hours of operation at the FPS Vehicle Inspection Facility are 5am to 5pm (Mon - Fri). Phone number 202-345-7798 The delivery truck shall then proceed to the final address as follows: COMMUNICATIONS CENTER (PRO) ATTN: Danielle Donaldson, 245 Murray Lane, SW, Bldg T-5, Washington DC, 20223 The deadline for receipt of quotes is 25 August 2010 by 1500 hours EST. All documents required for submission of quote must be sent to Danielle Donaldson via email to Danielle.Donaldson@usss.dhs.gov. Hard copy or faxed proposals shall not be accepted. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. EVALUATION FACTORS The Government will award a single contract or split award contracts resulting from this solicitation based upon the lowest price technically acceptable per CLIN. Each CLIN will be evaluated separately. Evaluation of price will be made on total price (combining base plus option years) per CLIN. The Government reserves the right to make multiple awards, WHICH will be most advantageous to the Government on the basis of the evaluated CLINS. Evaluation of options shall not obligate the Government to exercise the option(s). Steps in the evaluation and award of this acquisition, which is subject to the Buy American Act, are as follows: All offers found to unacceptable shall be eliminated. Reasons for being found unacceptable include: nonresponsive, debarred or suspended, prohibited source, or products which are submitted that fail to meet field testing evaluation for equivalency. The Government will perform a two-step evaluation for clothing. In step one, the initial evaluation will ensure that the sample is technically acceptable and in compliance with the stated requirements (e.g., compliance with the Buy American Act, presences of the embroidery or imprint, correct color of the shirt, boot color or style). Any sample not meeting the stated requirements will be found technically unacceptable. Clothing Samples meeting step one will then be tested for quality. Quality testing is defined as a durability test. Testing will take two days and will consist of each item being worn or used for one day, then washed or cleaned, worn/used a second time for one day, and then washed/cleaned a third time. Wash and wear evaluation will be on the lack of shrinkage, minimal fading, the look of the embroidery, the look of the imprint, and the samples overall durability after three wearings and three washings/cleanings. Technical rating will be based on the quality of the product. The product will be rated as Pass or Fail. Note that delivery of all items must be within 30 days of award of each delivery order (not of the IDIQ). Past Performance will be evaluated in terms of relevancy and recent history. Relevance means references provided must relate to the same effort or similar one in both product and scale. Recent history means references provided on current or recently completed contracts within the past 3 years. Past performance will assess delivery and quality of product as it relates to probability of successful contract performance. Offerors of technically acceptable products and having low risk to moderate past performance ratings will be ranked by price. If the low offer is a domestic offer, award will be made to the low offer. If the low offer is a foreign offer and there are no domestic offers, award will be made to the low offer. If the low offer is a foreign offer and there are domestic offers, the foreign offer will be increased by an evaluation preference factor of 12 percent. If the lowest domestic offer is from a large business concern 6% will be added to the price inclusive of duty; if the offer is from a small business concern then 12% will be added to the price inclusive of duty. If the evaluated price of the low foreign offer remains less than the lowest domestic offer, award will be made to the low foreign offer. If the price of the lowest domestic offer is less than the evaluated price of the low foreign offer, award will be made to the lowest domestic offer. If a tie results between a domestic offer and a foreign offer, award will be made to the domestic offer. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ IV. PROVISIONS AND CLAUSES FAR contract clauses may be accessed electronically at this address: Federal Acquisition Regulation (FAR): www.acquisition.gov/far FAR 52.204-7 Central Contractor Registration FAR 52.212-1 Instructions to Offerors--Commercial Items FAR 52.212-2 Evaluation--Commercial Items. Award will be based on lowest price technically acceptable (See Section III Evaluation Factors). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement per line item. Multiple awards may be made if advantageous to the Government. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). FAR 52.212-3 Offerors Representations and Certifications--Commercial Items FAR 52-212-4 Contract Terms and Conditions--Commercial Items FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. Under (b) the following clauses are applicable: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government FAR 52.219-6 Notice of Total Small Business Set-Aside, 52.219-28 Post Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies, FAR 222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.232-33 Payment by Electronic Funds Transfer - Other than Central Contractor Registration, 52.225-1 Buy American Act, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration. FAR 52.216-18 Ordering. Such orders may be issued from date of award through 60 months. FAR 52.216-19 Ordering Limitations. Fillable fields in clause shall be: (a) $3,000; (b)(1) 600 EA; (b)(2) 1200 EA; (b)(3) 3 days. FAR 52.216-22 Indefinite Quantity. Date field to be determined based on award date. FAR 52.217-7 Option for Increased Quantity - Separately Priced Line Item. FAR 52.225-20 Prohibition on Conducting Restricted Business Operations in Sudan - Certification. FAR 52.252-2 Clauses Incorporated by Reference HSAR contract clauses may be accessed electronically at this address: Homeland Security Acquisition Regulation (HSAR): http://www.dhs.gov/xopnbiz/regulations/ 3052.209-70 Prohibition on Contracts with Corporate Expatriates. 3052.204-90 Unauthorized Use of the U.S. Secret Service Name ~~~~~~~~~~~~~~~~~~~~~~~~~~~~ V. ADDITIONAL INFORMATION FOR OFFERORS Since this is a competitive requirement, please do not telephone with questions but email them. Questions regarding the solicitation must be emailed to Danielle Donaldson at Danielle.Donaldson@usss.dhs.gov no later than 20 August 2010 by 1500 hours EST. If you do not receive a confirmation response then your question was not received. The deadline for receipt of quote is 25 August 2010 by 1500 hours EST. All documents required for submission of proposal must be sent to Danielle Donaldson via email to Danielle.Donaldson@usss.dhs.gov. Hard copy or faxed proposals shall not be accepted. Communications with other officials may compromise the competitiveness of this acquisition and result in cancellation of the requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/201320/listing.html)
 
Record
SN02240326-W 20100815/100813235848-82b98ac6166f50ed20df67aa4bac8ef1 (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.