Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

84 -- CBRN Protective Undergarments

Notice Date
9/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315299 — All Other Cut and Sew Apparel 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
293460
 
Archive Date
9/16/2011
 
Point of Contact
Jeannie Coratolo, Phone: (202) 406-6794
 
E-Mail Address
jeannie.coratolo@usss.dhs.gov
(jeannie.coratolo@usss.dhs.gov)
 
Small Business Set-Aside
N/A
 
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; proposals are being requested and a written solicitation will not be issued. The solicitation number is 293460, and is being issued as a request for proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-45. This requirement is 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) is 315299 with a small business size standard of 500 employees. The Government intends to award a firm fixed price contract. The resulting contract is targeted to be awarded by 30 September 2011. 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 proposal, 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 Solicitation is comprised of: I. CONTRACT LINE ITEM (CLIN) SPECIFICATIONS II. FORMAT AND SUBMISSION OF PROPOSAL III. EVALUATION FACTORS IV. PROVISIONS AND CLAUSES V. BRAND NAME JUSTIFICATION VI. ADDITIONAL INFORMATION FOR OFFERORS ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. CONTRACT LINE ITEM (CLIN) SPECIFICATIONS CLIN 0001 - CBRN Protective Undergarment Tops, V-Neck, zipperless, without hoods TOTAL QUANTITY: 104 The size breakdown for CLIN 0001 is provided as follows: (Qty.) Size: (8) S/S, (12) S/R, (20) M/R, (44) L/R, (20) L/L, CLIN 0002 - CBRN Protective Undergarment Tops, V-Neck, zipperless, without hoods TOTAL QUANTITY: 48 The size breakdown for CLIN 0002 is provided as follows: (QTY) (20) XL/R, (20) XL/L, (4) XL/XL, (4) XXL/R UNIT OF MEASURE, Each, DESIRED DELIVERY DATE: 30 Days After Award, FOB: Destination Washington, DC, INSPECTION AND ACCEPTANCE: Destination CLIN 0003 - CBRN Protective Undergarment Bottoms TOTAL QUANTITY: 144 The size breakdown for CLIN 0003 is provided as follows: (Qty.) Size: (8) XS/R, (12) SM/R, (4) M/S, (48) M/R, (28) M/L, (32) L/R, (8) L/L, (4) M/XL CLIN 0004 - CBRN Protective Undergarment Bottoms TOTAL QUANTITY: 8 The size breakdown for CLIN 0004 is provided as follows: (8) XL/R, UNIT OF MEASURE, Each, DESIRED DELIVERY DATE: 30 Days After Award, FOB: Destination Washington, DC, INSPECTION AND ACCEPTANCE: Destination CLIN 0005 - CBRN Protective Socks TOTAL QUANTITY: 152 PAIRS The size breakdown for CLIN 0005 is provided as follows: (Qty) Size: (4) 6.5, (8) 7, (12) 8, (4) 8.5, (20) 9, (20) 9.5, (20) 10, (20) 10.5, (12) 11, (4) 11.5, (8) 12, (8) 13, (8) 14, (4) 15, UNIT OF MEASURE, Each, DESIRED DELIVERY DATE: 30 Days After Award, FOB: Destination Washington, DC, INSPECTION AND ACCEPTANCE: Destination This is a "Brand Name" Requirement Only (Paul Boye, CBRN), quotes for substitute brands will not be considered. **ALL SHIPPING COSTS MUST BE INCLUDED WITH THE TOTAL QUOTE. SHIPMENT IS DIRECT TO Washington, DC. SEE ADDRESS BELOW: Communications Center (SOD) 245 Murray Lane, SW, Bldg. T-5 Washington, DC 20223 Items should be shipped no later than 30 days, FOB: Destination for delivery to Washington, DC. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. FORMAT AND SUBMISSION OF PROPOSAL Part A. PRICING AND AVAILABILITY - The offeror shall provide an FOB Destination "each" price for all CLINs, estimated delivery date after receipt of order, and a total order price. Part B. OFFEROR INFORMATION: The offeror shall provide: 1) Name, title, telephone number, fax number, and email address of the point of contact. 2) 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. 3) Nine-digit TIN. The Taxpayer Identification Number is necessary for electronic payment. 4) 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. The deadline for receipt of quotes is 15 September 2011 by 1300 hours EST. All documents required for submission of quote must be sent to Jeannie Coratolo via email to jeannie.coratolo@usss.dhs.gov. Hard copy or faxed proposals shall not be accepted. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. EVALUATION FACTORS The Government will award a contract resulting from this solicitation to the lowest price technically acceptable offer. Each line item will be evaluated separately. Multiple awards may be made if advantageous to the Government. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ 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 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.212-1 Instructions to Offerors--Commercial Items FAR 52.212-2 Evaluation--Commercial Items. Award will be based on lowest price technically acceptable (See Section III Evaluation Factors). 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 applicable: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government FAR 52.219-6 Notice of Total Small Business Set-Aside, 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 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.232-33 Payment by Electronic Funds Transfer - Other than Central Contractor Registration, 52.225-1 Buy American Act, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration. FAR 52.217-7 Option for Increased Quantity - Separately Priced Line Item. FAR 52.225-2, Buy American Act FAR 52.225-20 Prohibition on Conducting Restricted Business Operations in Sudan - Certification. 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 U.S. Secret Service Name V. BRAND NAME JUSTIFICATON This undergarment requirement was tested to be streamlined and low profile garment which are necessary traits, as this undergarment will be worn beneath the personnel clothing. USSS uniforms and special gear are already coordinated with this undergarment. This undergarment was evaluated thoroughly as part of the Testing and Evaluation program among a variety of products. This garment was deemed the most reliable, effective and durable to meet the USSS needs. VI. ADDITIONAL INFORMATION FOR OFFERORS Since this is a competitive requirement, please do not telephone with questions but email them. Questions regarding the solicitation must be emailed to Jeannie Coratolo at jeannie.coratolo@usss.dhs.gov no later than 12 September 2011 by 1300 hours EST. If you do not receive a confirmation response then your question was not received. The deadline for receipt of quote is 15 September 2011 by 1300 hours EST. All documents required for submission of proposal must be sent to Jeannie Coratolo via email to jeannie.coratolo@usss.dhs.gov. Hard copy or faxed proposals shall not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/293460/listing.html)
 
Place of Performance
Address: Washington DC, United States
 
Record
SN02567107-W 20110910/110908235859-ea9e9330e59f633839caa711ec54d844 (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.