Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2011 FBO #3526
MODIFICATION

84 -- Student Uniforms

Notice Date
7/19/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
2216 Gallows Road,, Dunn Lorring, VA 22027
 
ZIP Code
22027
 
Solicitation Number
10691F1404
 
Response Due
7/20/2011
 
Archive Date
1/16/2012
 
Point of Contact
Name: Padmavathi Washington-sicher, Title: Contracts Specialist, Phone: 7038756080, Fax:
 
E-Mail Address
washington-sicherp@state.gov;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE:Bids are being solicited under solicitation number 10691F1404. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 261767_01. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-07-20 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Dunn Lorring, VA 22027 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, T-SHIRTS: Gilden Heavyweight style G200 6.1oz, 100% cotton, silkscreened with DS Seal in Navy (or something comparable or better in quality and appearance) Heather Gray, 804, EA; LI 002, POLO SHIRTS: VOS style 112, 8oz, 100% cotton pique polo shirt embroidered with our DS seal with various colors and text on the left chest (or something comparable or better in quality and appearance) Medium Gray or Heather Gray. Embroidered text in Navy, 636, EA; LI 003, MOCK TURTLENECKS: Anvil style 12479, 100% cotton interlock mock turtleneck embroidered with DSS in navy on the left collar (or something comparable or better in quality and appearance).Medium Gray or Heather Gray, 336, EA; LI 004, SWEATSHIRTS: Jerzees style 562, 8oz, 50/50 cotton/poly sweatshirt embroidered with DS seal with various colors and text on the left chest (or something comparable or better in quality and appearance)., 324, EA; LI 005, HATS: Jakco, style I898 navy sandwich cap embroidered with the DS seal on the front (or something comparable or better in quality and appearance)., 156, EA; LI 006, 5.11 Tactical Pants, 100% Cotton in men's (style 74251) and women's (style 64355) sizes. Sizes will be determined at a later date. Navy Blue, 492, EA; LI 007, BELT: BlackHawk Universal BDU Belt Lg - up to 52" (or something comparable or better in quality and appearance) BLACK, 168, EA; LI 008, ESTIMATED SHIPPING, 1, LOT; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been substantially transformed in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered substantially transformed based solely on its integration into IT or other systems. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101.In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.") ***Upon request only, seller(s) must provide non-returnable samples of custom print/embroidery items as well as brand name equivalents of any item, in order to be considered for award. Samples are due within 10 calendar days from the date of request. Shipping address for samples is 2216 Gallows Road, Dunn Lorring, VA 22027 (Attn. Terry Oakley). Samples must be inspected and approved prior to award. Evaluation Criteria May Include FAR 8.405-1(c)(3): In addition to price, when determining best value, the ordering activity may consdier, among other factors, the following: (i) past performance. (ii) Special features of the supply or service required for effective program performance. (iii) Trade-in considerations. (iv) Probable life of the item selected as compared with that of a comparable item. (v) Warranty considerations. (vi) Maintenance availability. (vii) Environmental and energy efficiency considerations. (viii) Delivery terms. No sub-par material will be considered. The expectation for the successful vendor(s) of the uniforms bid should be to hold full award quantity and only ship when an order is received, i.e. incrementally as to avoide backorder issues. All shipments shall be within 21 days upon receipt of order. No backorders of any quantities is acceptable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/10691F1404/listing.html)
 
Place of Performance
Address: Dunn Lorring, VA 22027
Zip Code: 22027
 
Record
SN02503934-W 20110721/110720002541-cb273ec9e842890edbd4fa99fe20025b (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.