Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2011 FBO #3332
SOLICITATION NOTICE

84 -- Brand Name or Equal Aramark Clothing - Attachments 1-4

Notice Date
1/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315228 — Men's and Boys' Cut and Sew Other Outerwear Manufacturing
 
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
NTSBR110006
 
Archive Date
2/4/2011
 
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 4-NTSB Block Lettering Attachment 3-NTSB Seal Attachment 2-Pricing Attachment 1-Winter Gear RFP 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-11-0006. 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 2005-48. This requirement is issued as a total small business set-aside. The associated NAICS code is 315228 Men's and Boys' Cut and Sew Other Outerwear Manufacturing, 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, Brand Name or Equal Aramark Clothing 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, Brand Name or Equal Aramark Clothing 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, Brand Name or Equal Aramark Clothing 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, Brand Name or Equal Aramark Clothing 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, Brand Name or Equal Aramark Clothing in accordance with Attachment 1, which is attached hereto and incorporated herein. Estimated Total Quantity The estimated total quantity of supplies that may be ordered during a 12-month base year and up to four 12-month option years is in an amount Not-To-Exceed (NTE) $150,000.00. 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) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). (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) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 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) 52.216-18 Ordering, (Oct 1995). (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from To be Determined (TBD) through TDB. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (16) 52.216-19, Order Limitations (Oct 1995). (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $100.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of $100,000.00 ; (2) Any order for a combination of items in excess of $100,000.00 insert dollar figure or quantity]; or (3) A series of orders from the same ordering office within 7 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 7 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (17) 52.216-21, Requirements. (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated" or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after TBD. (18) 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. (19) 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 20, 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 4:30 p.m. EST on January 13, 2011. 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/NTSBR110006/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02355728-W 20110108/110106234353-184fe0806ff6438f2e85179187e3a21b (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.