Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
SOLICITATION NOTICE

84 -- USSS Tour Apparel - Statement of Work

Notice Date
8/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315221 — Men's and Boys' Cut and Sew Underwear and Nightwear 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
RFQ-USSS-294323
 
Archive Date
9/20/2011
 
Point of Contact
Neil Clark Lanzendorf, Phone: 2024066657
 
E-Mail Address
Neil.Lanzendorf@usss.dhs.gov
(Neil.Lanzendorf@usss.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work This is a combined synopsis/solicitation for commercial supplies 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; quotes are being requested and a written solicitation will not be issued. Synopsis/solicitation number RFQ-USSS-294323 is issued as a Request for Quote (RFQ) through Federal Acquisition Circular 05-37. The projected period of performance is 30 days after receipt of order. The Government intends to make a commercial firm fixed price single award purchase order for the US Secret Service. 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 quote, 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 requirement is a local set aside. In order to be eligible for award, the contractor must have a facility within a 5 mile radius of the White House Facility located at 1600 Pennsylvania Ave. N.W. Washington, DC. 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. ADDITIONAL INFORMATION FOR OFFERORS VI. ATTACHMENTS ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. CONTRACT LINE ITEM (CLIN) SPECIFICATIONS CLIN0001: Sixty (60) Blazers in accordance with the attached Statement of Work. Pricing shall include alteration/fitting price. CLIN0002: Ninety (90) Trousers in accordance with the attached Statement of Work. Pricing shall include alteration/fitting price CLIN0003: Ninety (90) shirts in accordance with the attached Statement of Work. Pricing shall include alteration/fitting price. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. FORMAT AND SUBMISSION OF PROPOSAL Part A. Pricing and Availability - The offeror shall provide a firm fixed priced for each CLIN. In addition, the offeror shall provide a breakdown of unit cost and alteration cost. Additionally, the offeror shall confirm availability of all items within 30 days of order. Part B. The Offeror shall provide: 1) Name, title, telephone number, fax number, and email address of the point of contact. 2.) The address of the facility where work will be performed, if proposing to conduct work at contractors facility. 3) 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. 4) Nine-digit TIN. The Taxpayer Identification Number is necessary for electronic payment. 5) 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. Part C. The offeror shall provide specifications for all proposed items. Specifications shall include, but are not limited to; material composition, color, pocket location, button location and other physical characteristics. Part D. In order to ensure compliance with all specifications, all offerors shall provide product samples of all three items (blazer, trousers and shirt) for physical evaluation. Offerors shall only send one sample for each piece of clothing. As a part of the evaluation, samples will be observed for compliance and will not be worn by USSS personnel. Samples should be sent via fed ex to the following address and shall be post marked NO LATER THAN Monday September 5, 2011 at 5:00 PM EST. Communications Center (PRO) ATTN: Neil C. Lanzendorf 245 Murray Lane, SW. Bldg. T-5 Washington, DC 20223 Samples will only be returned at the offerors request. The deadline for receipt of written proposals is Monday September 5 at 5:00 PM EST. All documents required for submission of quote must be sent to Clark Lanzendorf via email to Neil.Lanzendorf@usss.dhs.gov. Hard copy or faxed proposals shall not be accepted. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. EVALUATION FACTORS The Government intends to a single award, firm fixed price purchase order resulting from this solicitation to the responsible offeror whose offers is the lowest price technically acceptable. In order to be considered technically acceptable, the offeror must submit tour apparel that meets all specifications outlined in the Statement of Work and must have a location within 5 mile of the White House Facility (1600 Pennsylvania Ave. N.W. Washington DC). ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ 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 52.212-1 Instructions to Offerors--Commercial Items FAR 52.212-2 Evaluation--Commercial Items. Award will be based on: (1) technical acceptability, (2) past performance, and (3) price. 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 checked applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-14, Limitations on Subcontracting FAR 52.219-6 Notice of Total Small Business Set-Aside, 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 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 52.232-33 Payment by Electronic Funds Transfer - Other than Central Contractor Registration, 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. 52.225-4, Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate 3052.209-70 Prohibition on Contracts with Corporate Expatriates 52.232-18 Availability of Funds for the Next Fiscal Year 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 US Secret Service Name ~~~~~~~~~~~~~~~~~~~~~~~~~~~~ V. ADDITIONAL INFORMATION FOR OFFERORS Because this procurement is subject to the Buy American Act, pricing may be adjusted to reflect the adjustments outlined in FAR 25.105(2)(b)(1) and (2). •1. 6% price addition if the lowest domestic offer is from a large business concern 2. 12% price addition if the lowest domestic offer is from a small business concern. The contracting office must use this factor, or another factor established in agency regulations, in small business set asides if the low offer is from a small business concern offering the product of a small business concern that is not a domestic end product Since this is a competitive requirement, please do not telephone with questions but email them. Questions regarding the solicitation must be emailed to Clark Lanzendorf via email to Neil.Lanzendorf@usss.dhs.gov. If you do not receive a confirmation response then your question was not received. The deadline for receipt of proposals is Monday September 5, 2011 at 5:00 PM EST. All documents required for submission of quote must be sent to Clark Lanzendorf via email to Neil.Lanzendorf@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. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ VI. ATTACHMENTS •1. Statement of Work
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/RFQ-USSS-294323/listing.html)
 
Record
SN02554023-W 20110831/110829235855-bd0100a784519a836eb3f27496a9e9fa (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.