Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2010 FBO #3311
SOLICITATION NOTICE

84 -- 100% Cotton Pre-Wash T-Shirts and Brand Name or Equal to Sports Plus, Inc. Battlefield Screen Screen Printing and Embroidery - Attachment 1-T-Shirts Embroidery and Screen Printing - Attachment 3-NTSB Seal - Attachment 4-NTSB Block Lettering - Attachment 2-Pricing

Notice Date
12/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
323113 — Commercial Screen Printing
 
Contracting Office
National Transportation Safety Board, National Transportation Safety Board, Acquisition Division, 490 L'Enfant Plaza East, SW, Washington, District of Columbia, 20594, United States
 
ZIP Code
20594
 
Solicitation Number
NTSBR110004
 
Archive Date
1/20/2011
 
Point of Contact
BRYAN J. MOY, Phone: 202-314-6282
 
E-Mail Address
bryan.moy@ntsb.gov
(bryan.moy@ntsb.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 2-Pricing Attachment 4-NTSB Block Lettering Attachment 3-NTSB Seal Attachment 1-T-Shirts Embroidery and Screen Printing 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 for this requirement is NTSB-R-11-0004. This solicitation is issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46. This requirement is issued as a total small business set-aside. The associated NAICS code is 323113 Commercial Screen Printing, with a small business size standard of 500 employees. Background The National Transportation Safety Board (NTSB) is an independent Federal agency charged by Congress with investigating every civil aviation accident in the United States and significant accidents in the other modes of transportation -- railroad, highway, marine and pipeline -- and issuing safety recommendations aimed at preventing future accidents. Description of Requirement The NTSB has a requirement for the purchase of: Line Item Number 1: Quantity To be Determined (TBD), Unit of Issue: Each, Period of Performance: BASE YEAR, 100% Cotton Pre-Wash T-Shirts and Brand Name or Equal to Sports Plus, Inc. Battlefield Screen Items in accordance with Attachment 1, which is attached hereto and incorporated herein. Line Item Number 2: Quantity: TBD, Unit of Issue: Each, Period of Performance: OPTION YEAR 1, 100% Cotton Pre-Wash T-Shirts and Brand Name or Equal to Sports Plus, Inc. Battlefield Screen Items in accordance with Attachment 1, which is attached hereto and incorporated herein. Line Item Number 3: Quantity: TBD, Unit of Issue: Each, Period of Performance: OPTION YEAR 2, 100% Cotton Pre-Wash T-Shirts and Brand Name or Equal to Sports Plus, Inc. Battlefield Screen Items in accordance with Attachment 1, which is attached hereto and incorporated herein. Line Item Number 4: Quantity: TBD, Unit of Issue: Each, Period of Performance: OPTION YEAR 3, 100% Cotton Pre-Wash T-Shirts and Brand Name or Equal to Sports Plus, Inc. Battlefield Screen Items in accordance with Attachment 1, which is attached hereto and incorporated herein. Line Item Number 5: Quantity: TBD, Unit of Issue: Each, Period of Performance: OPTION YEAR 4, 100% Cotton Pre-Wash T-Shirts and Brand Name or Equal to Sports Plus, Inc. Battlefield Screen Items in accordance with Attachment 1, which is attached hereto and incorporated herein. Estimated Total Quantity The estimated total quantity of clothing that may be ordered over a 12-month base year and up to four 12-month option years is in an amount Not-To-Exceed (NTE) $15,000.00. This estimate is not a representation to an Offeror or Contractor that the estimated quantity will be required or ordered, or that conditions affecting requirements will be stable or normal. Place of Delivery National Transportation Safety Board 490 L'Enfant Plaza, SW Washington, D.C. 20594 Basis for Award The Government may award one (1) firm fixed-price Requirements-type contract to the responsible Offeror whose proposal that conforms to the RFP, will be most advantageous to the Government, price and other price factors considered, such that it provides the best value to the Government. Review Attachment 1 for additional information. All responsible sources may submit a proposal, which shall be considered by the NTSB. Clauses and Provisions The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this combined synopsis/solicitation by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (4) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (5) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (6) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (7) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). (8) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (9) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (10) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (11) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513). (12) 52.225-1, Buy American Act-Supplies (Feb 2009). (13) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (14) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (15) 52.217-6 Option for Increased Quantity (Mar 1989). The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within [insert in the clause the period of time in which the Contracting Officer has to exercise the option]. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (16) 52.217-9 Option to Extend the Term of the Contract (Mar 2000). (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. Expenses Related to Offeror Submissions This solicitation neither commits the Government to pay any cost incurred in the submission of the offer nor to contract for supplies or services. Any costs incurred in anticipation of a contract shall be at the Offeror's own risk. Submission of Proposals Your proposal must be received no later than 4:30 p.m., Eastern Standard Time (EST), on January 5, 2011. LATE PROPOSALS MAY NOT BE CONSIDERED in accordance with FAR provision 52.212-1. Offers may be transmitted via email to: Bryan J. Moy Email: Bryan.Moy@ntsb.gov The maximum size of an email, including attachments, which the NTSB email server can accept is 5 megabytes (MB). Therefore, the Offeror may choose to send their proposal in separate emails, if the combined file size of any email received by the NTSB email server will exceed 5MB. It is the Offeror's responsibility to ensure that the designated point of contact has received your proposal at the email address of the contact specified above by the proposal due date. All questions regarding this RFP shall be directed to Bryan J. Moy via email at the email address listed above. ALL QUESTIONS MUST BE RECEIVED BY 12:00 p.m. EST on December 23, 2010. Electronic Dissemination of Combined Synopsis/Solicitation Access to this combined synopsis/solicitation and amendments shall be posted on the Federal Business Opportunities website: www.fbo.gov. Amendments to the combined synopsis/solicitation shall be publicized in the same manner as the initial synopsis/solicitation. All Offerors are cautioned that it is your responsibility to frequently check back to the website to ensure that you have received all issued amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NTSB/CMS/WashingtonDC/NTSBR110004/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02345371-W 20101218/101216234009-d080c4ffb38c24bf92080a8dcb9b5258 (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.