Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2010 FBO #3212
SOLICITATION NOTICE

84 -- CBRN Protective Undergarments - Buy American Act Certificate

Notice Date
9/8/2010
 
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
248237
 
Archive Date
10/5/2010
 
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
Total Small Business
 
Description
Undergarment Sizing Buy American Act Certificate 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 248237, 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 05-45. 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 firm fixed price contract. The resulting contract is targeted to be awarded by 30 September 2010. 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. 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. BRAND NAME JUSTIFICATION VI. ADDITIONAL INFORMATION FOR OFFERORS ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. CONTRACT LINE ITEM (CLIN) SPECIFICATIONS CLIN 0001- CBRN Protective Undergarment Tops without hood; (SVET2P-340012) TOTAL QUANTITY: 128, (Qty.) Size: (12) S/S, (4) S/R, (16) M/R, (36) L/R, (20) L/L, (20) XL/R, (16) XL/L, (4) XL/XL, UNIT OF MEASURE, Each, DESIRED DELIVERY DATE: 30 Days After Award, FOB: Destination Washington, DC, INSPECTION AND ACCEPTANCE: Destination CLIN 0002 - CBRN Protective Undergarment Bottoms; TOTAL QUANTITY: 128, (Qty.) Size: (12) S/R, (44) M/R, (20) M/L, (4) M/XL, (36) L/R, (4) L/L, (8) XL/R, UNIT OF MEASURE, Each, DESIRED DELIVERY DATE: 30 Days After Award, FOB: Destination Washington, DC, INSPECTION AND ACCEPTANCE: Destination CLIN 0003 - CBRN Protective Socks; (CHAUSSUS.340012) TOTAL QUANTITY: 128, (Qty) Size: (4) 6.5, (8) 7.5, (8) 8, (4) 8.5, (20) 9, (12) 9.5, (24) 10, (8) 10.5, (16) 11, (4) 11.5, (8) 13, (4) 14, (4) 15, UNIT OF MEASURE, Each, DESIRED DELIVERY DATE: 30 Days After Award, FOB: Destination Washington, DC, INSPECTION AND ACCEPTANCE: Destination This is a "Brand Name" Requirement Only, quotes for substitute brands will not be considered. **ALL SHIPPING COSTS MUST BE INCLUDED WITH THE TOAL QUOTE. SHIPMENT IS DIRECT TO Washington, DC. SEE ADDRESS BELOW: Communications Center (SOD) 245 Murray Lane, SW, Bldg. T-5 Washington, DC 20223 Items should be shipped no later than 8-12 weeks, FOB: Destination for delivery to Washington, DC. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ 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. 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. The deadline for receipt of quotes is 20 September 2010 by 1300 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 contract resulting from this solicitation to the lowest price technically acceptable offer. Each line item will be evaluated separately. Multiple awards may be made if advantageous to the Government. 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. 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 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 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 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). 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 52.217-7 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. BRAND NAME JUSTIFICATON This undergarment requirement was tested to be streamlined and low profile garment which are necessary traits, as this undergarment will be worn beneath the personnel clothing. USSS uniforms and special gear are already coordinated with this undergarment. This undergarment was evaluated thoroughly as part of the Testing and Evaluation program among a variety of products. This garment was deemed the most reliable, effective and durable to meet the USSS needs. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ VI. 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 14 September 2010 by 1300 hours EST. If you do not receive a confirmation response then your question was not received. The deadline for receipt of quote is 20 September 2010 by 1300 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/PDDC20229/248237/listing.html)
 
Place of Performance
Address: Communications Center (SOD), 245 Murray Lane, SW, Bldg. T-5, Washington, District of Columbia, 20223, United States
Zip Code: 20223
 
Record
SN02273059-W 20100910/100908235759-7bfe94505d61827c027e03bad0db748b (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.