Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
SOLICITATION NOTICE

84 -- 8415-Clothing, Special Purpose

Notice Date
9/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018911T0519
 
Response Due
9/23/2011
 
Archive Date
10/8/2011
 
Point of Contact
Trevor Dorsey 757-443-1383
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-11-T-0519. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110725. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 332999 and the Small Business Standard is 500 employees. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The proposed contract is Unrestricted and will be made as a Firm Fixed Price Commercial type contract. The NAVSUP Fleet Logistic Center, Norfolk requests responses from qualified sources capable of providing: The requirement is a sole source, unrestricted action with Vanguard Industries East, Inc. DBA Promotional Considerations (Henrico Co) 1172 Azalea Garden Rd. Norfolk, VA 23502-5612. The Contracting Department, Fleet Logistics Center Norfolk requests from qualified sources capable of providing: CLIN 0001: 500 each of Rifle Slings, black, Item Number: 8210202 CLIN 0002: 500 each of Rifle Slings, black, Item Number: 8210200 CLIN 0003: 150 each of Enlisted Service Aiguillette (closed), Item Number: 3710220 CLIN 0004: 150 each of Enlisted Service Aiguillette (open), Item Number: 3710210 CLIN 0005: 250 each of Hat Insignia, Enlisted (Hap Arnold), Item Number: 3020105 CLIN 0006: 25 each of Air Force Belt Buckle: Honor Guard Officer “ Coat of Arms Emblem, Item Number: 2522385 CLIN 0007: 600 each of Honor Arc, Item Number: 2151235 CLIN 0008: 12 rolls of Air Force Braid ¾ Alum-Mess Uniform 36 yard roll, Item Number: 2787495 CLIN 0009: 800 each of United States Air Force Honor Guard Duty Badge, Item Number: 2150215 CLIN 0010: 100 each of United States Air Force Ceremonial Belt, Item Number: 2500530 CLIN 0011: 100 each of Air Force Tie 4-In one Herringbone, Item Number: 9400500 CLIN 0012: 600 each of Large Blues Rank, A1C CLIN 0013: 300 each of Large Blues Rank, SrA CLIN 0014: 300 each of Large Blues Rank, SSgt CLIN 0015: 500 each of Green Slings Delivery Period shall be 30 days from the award of the contract. Delivery: USAF Honor Guard 50 Duncan Avenue Suite 100 Bolling, AFB D.C. 20032 The following FAR provision and clauses are applicable to this procurement: 52.204-7 CCR 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.223-18 Contractor Policy to Ban Text messaging while Driving (SEP 2010) 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and 52.233-3 Protest after Award Additional Clauses that apply: 52.215-5 Facsimile Proposals (OCT 1997). (Fax Number: 757-443-1424) 52.247-34 FOB Destination Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.204-7004 Alternate A, Required Central Contractor Registration. (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); and 252.247-7023 Alternate III Transportation of Supplies by Sea (MAY 2002). 252.232-7010, Levies on contracts and payments 252.232-7003 Electronic Submission of Payment Requests 5252.NS-046P, Prospective Contractor Responsibility This announcement will close at 1600 EST on Wednesday 23 September 2011. Trevor Dorsey who can be reached at 757-443-1383 or email Andrew.dorsey@navy.mil. Oral communications are not acceptable in response to this notice. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018911T0519/listing.html)
 
Record
SN02574116-W 20110915/110914000229-e89e56db045ae9cae48e1fbe28157399 (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.