Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2010 FBO #3308
MODIFICATION

84 -- Coast Cuard Service Dress Unisex Trousers

Notice Date
12/13/2010
 
Notice Type
Modification/Amendment
 
NAICS
315211 — Men's and Boys' Cut and Sew Apparel Contractors
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (a-3), Headquarters Support Command, U.S. Coast Guard Headquarters, 2100 Second Street, SW, Room B411, Washington, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCGG9-11-Q-PUD625
 
Archive Date
1/11/2011
 
Point of Contact
Robert D. Evelyn, Phone: 6098617927
 
E-Mail Address
robert.d.evelyn@uscg.mil
(robert.d.evelyn@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Classification Code: 84 -- Clothing, individual equipment & insignia Set Aside: Total Small Business NAICS Code: 315211 Mens and Boys Cut and Sew Contractor Contracting Office Address Department of Homeland Security, United States Coast Guard (USCG), Manager, USCG Uniform Distribution Center, 414 Madison Ave., Woodbine, NJ, 08270, UNITED STATES Description 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; quotations are being requested and a written solicitation will not be issued. Solicitation Number: HSCGG9-11-Q-PUD625 is issued as a Request for Quotation (RFQ). This procurement is 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) code is 315211. The Government intends to award a Firm Fixed Price Order/Contract utilizing Simplified Acquisition Procedures (SAP). IMPORTANT NOTICE: FAR 52-232-33 (Payment by Electronic Funds Transfer/Central Contractor Registration, May 1999) is a mandatory requirement for contractors to be registered in the CCR database. CONTRACTORS MAY REGISTER ON-LINE AT HTTP://WWW.CCR.GOV IT IS MANDATORY TO OBTAIN A DUNS NUMBER PRIOR TO REGISTERING. AWARD CANNOT BE MADE UNLESS REGISTERED. The U.S. Coast Guard Uniform Distribution Center (UDC) has a requirement for approximately 240 pair of unisex dress trousers for testing on their members; TROUSERS, SERVICE, UNISEX (WASH AND WEAR), made in accordance with our Clothing Design and Technical Office (CDTO) Purchase Description CR/PD 10-03 dated 26 Nov 10 (attached in solicitation). This Solicitation contains Government Furnished Material (GFM). The Government will provide GFM to the successfully awarded Contractor in the form of basic material and shall be a tropical, polyester and wool blend, 10.0 (+0.5) ounces per linear yard, shade Blue 3362 conforming to the physical requirements of NCTRFPD 04-06 and successful Offeror will provide all labor, thread, bobbins, accessories and equipment to manufacture US Coast Guard Wash and Wear Unisex Trousers. Offerors are required to submit all Product Demonstration Models that consist of 10 TROUSERS on or before 15 BUSINESS DAYS FROM CONTRACT AWARD DATE to: Contracting Officer, U.S. Coast Guard Clothing Uniform Distribution Center, ATTN: Rob Evelyn, 414 Madison Ave, Woodbine, NJ 08270. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the senders request and expense, unless they are destroyed during pre-award testing. The product samples shall consist of 10 TROUSERS which shall be tested for conformance to the specifications. Standard industry packaging shall be used. Failure of the models to conform to the required characteristics may have their offer rejected. Failure to provide models by the time and date specified in the solicitation may be a cause for rejection if not otherwise eligible under the provisions for considering late offers. PDMs will become Government property unless return is requested within 30 days after award. If offeror plans to use multiple place of performance a PDM shall be submitted for each proposed place of performance. The Government may inspect the sewing facilities of the most highly rated offerors to determine production capability. The awarded Contractor will be required to submit a First Article sample in accordance with the FAR 52.209-4 First Article Approval-Government Testing; for testing and approval by the Coast Guard Clothing Design and Technical Office (CDTO). The U.S. Coast Guard may waive the requirement for First Article testing and approval where supplies identical or similar to those called for in the schedule has been previously furnished by the Contractor and has been accepted by the U.S. Coast Guard. The Contractor may request a waiver. REQUEST ALL PRICING TO BE QUOTED AS FOB DESTINATION. The shipping documentation shall contain the contract number and the item identification. (a) Within 7 calendar days after the U.S. Coast Guard receives the First Article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the First Article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specification and all other terms and conditions of the contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite the reasons for the disapproval. The production order shall be delivered to the following address: U.S. Coast Guard Uniform Distribution Center, 414 Madison Ave, Woodbine NJ 08270. PARITAL SHIPMENTS WILL BE ACCEPTED. FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998). The following provisions and clause are incorporated by reference: 52.204-7 Central Contractor Registration (Oct 2003), 52.204-8 Annual Representations and Certifications (Jan 2005), 52.212-1 Instructions to Offerors-Commercial Items (Jan 2004), 52.212-3 Offeror Representations and Certifications-Commercial Items (SEPT 07) 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007). 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Sept 07). 52.219-6 Notice of Total Small Business Set-Aside (June 2003), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (June 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222.36 Affirmative Action for Workers with Disabilities (June 1998). 52.222-41 Service Contract Act of 1965, as Amended (July 2005). 52.222-44 Fair Labor Standards Act and Service Contract Act?XPrice Adjustment (Feb 2002). 52.225-1 Buy American Act-Supplies (June 2003), 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003), 52.232-1 Payments (Apr 1984), FAR 52.232-25 Prompt Payment (Oct 2003), 52.232-18 Availability of Funds (Apr 1984). 52.232-33 Payment by Electronic Funds Transfer-Central Contractor registration (Oct 2003), 52.233-1 Disputes (Alternate 1)(Dec 1991), 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), 52.243-1 Changes-Fixed Price (Aug 1987), 52.247-34 F.o.b. Destination (Nov 1991), 52.249-1 Termination for Convenience of the Government (Fixed- Price)(Short Form)(Apr 1984), 52.249-8 Default (Fixed Price Supply and Service) (Apr 1984) The full text of the FAR can be accessed on the Internet at the following: http://www.arnet.gov/far. In accordance with FAR Case 2002-24, Federal Acquisition Circular (FAC) 2001-26, and FAR Subpart 4.12 - Annual Representations and Certifications, the use of Online Representations and Certifications Application (ORCA) has become mandatory as of January 1, 2005. ORCA is available through the Business Partner Network (BPN) at http://www.bpn.gov/. Contractors will use ORCA to electronically submit annual Representations and Certifications (Reps & Certs). Contractors will no longer be required to submit hard copies of their Reps & Certs with each proposal. For contractors to be able to upload their Reps & Certs to ORCA, they must have an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN). Offerors responding to this announcement must include their Dun and Bradstreet (DUNS) number. If Contractors have already uploaded their annual Reps & Certs, please submit a statement with your quotation certifying that the Reps & Certs in ORCA are accurate for this solicitation, or provide the information required in required in FAR 52.212-3 (b) thru (j). The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar sale, provided such warranty is available at no additional cost to the government. Offerors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by fax or e-mail. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 12:00 (noon) ET, 5 BUSINESS DAYS AFTER SOLICITATION. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar sale, provided such warranty is available at no additional cost to the government. The government will award an order resulting from this solicitation to the responsible offeror whose offer is most advantageous to the government. The government will evaluate each quotation based on Price, Delivery Time, Conformance of the Product Demonstration Models and Production Capability. Please contact Rob Evelyn at 609-861-7927 or robert.d.evelyn@uscg.mil All quotations must be submitted and received at this office on or before 15 BUSINESS DAYS AFTER SOLICITATION COMMENCEMENT DATE at 2:00 PM eastern time. Quotations may be sent via e-mail to robert.d.evelyn@uscg.mil or fax to (609) 861-5927, Attn: Rob Evelyn. Written quotations may also be sent to the following address: Contracting Officer, U.S. Coast Guard Uniform Distribution Center, 414 Madison Ave., Woodbine, N.J. 08270. All quotations must include the following information: Company Name; Company Address; Point of Contact; Phone number and E-mail address; business size; Commercial and Government Entity (CAGE) code; Data Universal Numbering System (DUNS number); Tax Identification Number; and Central Contractor Registration (CCR) status (active / inactive). Please direct all questions regarding this solicitation via email to Rob Evelyn at robert.d.evelyn@uscg.mil or (609) 861-7927, phone call are highly discouraged. This is NOT a sealed bid advertisement, and quotations will NOT be publicly opened.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COA3HSC/HSCGG9-11-Q-PUD625 /listing.html)
 
Record
SN02342985-W 20101215/101213233759-203799fdcf53a8c77f7e3c4b9742f4b3 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.