Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2010 FBO #3205
SOLICITATION NOTICE

84 -- BDU

Notice Date
9/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315999 — Other Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-10-T-0268
 
Archive Date
9/21/2010
 
Point of Contact
Josephine Ocampo, Phone: 757-893-2797
 
E-Mail Address
josephine.ocampo@vb.socom.mil
(josephine.ocampo@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-10-T-0268, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44 effective 8 Jul ‘10. This procurement is 100% small business set aside and the associated NAICS code is 315299 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services Brand name or Equal. For equal item quote, please provide specification along with your quote in order to be considered for award.. Manufacturer/Brand - London Bridge Trading CLIN 0001 Underway BDU Top, Alpha Green, various sizes Qty - 200 ea CLIN 0002 Underway BDU Pants, Alpha Green, various sizes Qty - 200 ea F.O.B Destination Section C Description CLIN 0001 Underway BDU Top, Sizes: MS-15, MR-50, ML-12, LR-50, LL-20, XL-32, XL Long -9, XXL-7, XXL Long -5 Description: Design: The shirt shall have raglan sleeves with inset upper arm cargo pockets. The pockets shall have curved loop on the outside and the flap shall have curved loop on the outside for insignia. The pocket shall have a slide fastener opening on the front for inner pocket access. The shirt sleeves shall have seams around, below the cargo pocket, above the elbow area. There shall be tabs at the cuffs with hook and loop closure. The shirt shall have a slide fastener on the center front mandarin collar. The shirt shall be of mesh knit fabric on the torso and mesh knit fabric on the inner collar for comfort and a woven material on the sleeves. Basic Material. The sleeve material shall be four way stretch woven fabric containing nylon/spandex. The material shall be treated with a durable water repellent to allow for water to bead on the surface in accordance with the American Association of Textile Chemists and Colorists, (AATCC) 22 test method. The water repellent treatment and tight weave provide shedding capabilities for both snow and light rain. The weight of the fabric also allows for an extremely quick drying time. The material shall weigh 6.5 oz/yd2 (+/-5%) and be very thin without compromising durability. These characteristics shall provide the wearer with a lightweight, comfortable and packable garment. The color shall be alpha green. Secondary Material. The torso material shall be highly breathable to provide comfort and not restrict the movement of moisture vapor and shall be quick drying. The color shall be alpha green. Mesh Material. Mesh fabric shall be Tricot knit mesh of 100% polyester or equal. The color shall be alpha green. Thread. The thread for all seaming and stitching shall conform to A-A-50199, Type I and Type II, Tex 36-45. As an alternate, Tex size 31-35 for Type I and Type II may be used for the bobbin/looper thread. Overedge stitch shall be Tex 36-50. The color shall be alpha green. All thread shall be non-staining and shall show a rating of "4" for colorfastness to laundering. Slide fastener. The slide fastener for the front opening shall be a continuous element polyester mono-filament, size 5-6 with a minimum crosswise breaking strength of 175 lbs., conforming to type I, Style 7 of A-A-55634 and shall be alpha green in color. Tape, hook and loop. The hook and loop fastener tape shall conform to type II, class 1 of A-A-55126, with selvage edges. No slit or split edges are permitted. Sew all hook and loop minimum of 1/8 inch from bound selvage to prevent needle cutting along edges. To prevent raveling, do not sew directly on selvage. However, each required width shall maintain a tolerance of + 1/32 inch as to prevent stitching runoffs or improper fit into automatic sewing equipment. The color shall be alpha green. CLIN 0002 Underway BDU Pants, Sizes 32 Short-12 Reg-26 Long-5, 34 Short-12 Reg-47 Long-22, 36 Short-5 Reg-45 Long-12, 38 Reg-6, Long-8 Description: Design: The trousers shall have a center front fly opening with a slide fastener and a snap for closure. It also shall have two front hip pockets, two side bellowed cargo pockets, two front thigh bellowed pockets and two low leg pockets. The side cargo pockets shall have a slide fastener opening on the front with mesh interior for ventilation. The cargo pocket shall close with hook and loop and a secondary button and buttonhole closure. The low leg pockets shall have double pockets and close with hook and loop. The top pocket of the low leg pockets shall have a stitch line down the center and elastic at the top to hold flares, etc. The trousers shall have five belt loops and have seat and knee reinforcements. The knees shall be contoured and the reinforcements shall have hook and loop openings at the bottom for knee pad insertion and are stitched for appropriate fit of the knee pad used. The leg openings shall have webbing adjustments. All slide fasteners shall have a thong for ease of opening when wearing gloves. Basic Material. The basic material is a four way stretch woven fabric containing nylon/spandex. The material shall be treated with a durable water repellent to allow for water to bead on the surface in accordance with the AATCC 22 test method. The water repellent treatment and tight weave provide shedding capabilities for both snow and light rain. The weight of the fabric also allows for an extremely quick drying time. The material shall weigh only 6.5 oz/yd2 (+/-5%) and shall be very thin without compromising durability. These characteristics shall provide the wearer with a lightweight, comfortable and packable garment. The garment design shall provide a garment that is light in weight, low in bulk, has environmental protection and comfort in movement. The color shall be alpha green. Mesh Material. Mesh fabric shall be Tricot knit mesh of 100% polyester or equal. The color shall be alpha green. Thread. The thread for all seaming and stitching shall conform to A-A-50199, Type I and Type II, Tex 36-45. As an alternate, Tex size 31-35 for Type I and Type II may be used for the bobbin/looper thread. Overedge stitch shall be Tex 36-50. The color shall be grey. All thread shall be non-staining and shall show a rating of "4" for colorfastness to laundering. Slide fastener. The slide fastener for the front opening shall be a continuous element polyester mono-filament, size 5-6 with a minimum crosswise breaking strength of 175 lbs., conforming to type I, Style 7 of A-A-55634 and shall be alpha green in color. Tape, hook and loop. The hook and loop fastener tape shall conform to type II, class 1 of A-A-55126, with selvage edges. No slit or split edges are permitted. Sew all hook and loop minimum of 1/8 inch from bound selvage to prevent needle cutting along edges. To prevent raveling, do not sew directly on selvage. However, each required width shall maintain a tolerance of + 1/32 inch as to prevent stitching runoffs or improper fit into automatic sewing equipment. The color shall be alpha green. Elastic material. The elastic material used on the pocket shall be in accordance with MIL-W-5664, Type II, 3/4 inches + 1/16 inch wide. The elastic material may be alpha green. Webbing/tape. Tape, MIL-PRF-5038, 3/8-inch wide shall be used to construct the leg opening adjustments. The color shall be alpha green. Snap Fasteners. Snap fasteners shall conform to MIL-F-10884 style 2A. The snap fasteners shall have a Black chemical finish, except the button cap shells shall be alpha green. The enamel shall be uniformly coated over the top surface of the shell including the visible portion of the edge. Following Clauses and Provision applies to this procurement. CLAUSES INCORPORATED BY REFERENCE FAR 52.202-1 Definitions Jul 2004 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52-203-10 Price or Fee Adjustment For Illegal Or Improper Activity Jan 1997 FAR 52.204-7 Central Contractor Registration Apr 2008 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Sep 2006 FAR 52.211-6 Brand Name or Equal Aug 1999 FAR 52.211-14 Notice of Priority Rating for National Defense Use Sep 1990 FAR 52.211-15 Defense Priority and Allocation Requirements Apr 2008 FAR 52.212-1 Instructions to Offerors - Commercial Items Sep 2006 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Jul 2009 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Mar 2009 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Jun 2010 FAR 52.219-6 Notice of Total Small Business Set-Aside Jun 2003 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Jul 2010 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Affirmative Action For Workers With Disabilities Jun 1998 FAR 52.222-50 Combating Trafficking in Persons Aug 2007 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Oct 2003 Contractor Registration FAR 52.232-36 Payment by Third Party Feb 2010 FAR 52.233-1 Alt I Disputes - Alternate I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.243-1 Changes - Fixed Price Aug 1987 FAR 52.246-25 Limitation of Liability - Services Feb 1997 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252-204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007 DFARS 252.211-7003 Alt 1 Item Identification and Valuation - Alternate I Aug 2008 DFARS 252.212-7001 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) Jun 2010 DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec 2009 DFARS 252.225-7001 Buy American Act and Balance of Payments Program Jan 2009 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.247-7023 Transportation of Supplies by Sea Alt III Aug 2002 SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan 2007 SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Jan 2009 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil All FAR Representation and Certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Technical capability of items offered to meet government requirements. Government will award this contract based on best value to the government. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Alt 1 Offeror Representations and Certifications Commercial Items (AUG 2007) - Alternate 1 Jul 2009 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Leigh Walker, telephone (757) 893-2713. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Jo Ocampo, Contract Specialist; Email address: josephine.ocampo@vb.socom.mil Quotes must be received no later than 4:00 PM. Eastern Standard Time (EST) on 6 Sept 2010. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the Central Contractor Registration (CCR) website at http://www.ccr.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Jo Ocampo, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-10-T-0268/listing.html)
 
Place of Performance
Address: 1636 REGULUS AVENUE, VIRGINIA BEACH, Virginia, 23461, United States
Zip Code: 23461
 
Record
SN02263813-W 20100903/100901235414-336e82b3af2e957ab84529e6effd8abb (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.