Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2012 FBO #3701
MODIFICATION

84 -- Provide Sewing and Embroidery Service on Navy Working Uniforms

Notice Date
1/10/2012
 
Notice Type
Modification/Amendment
 
NAICS
315299 — All Other Cut and Sew Apparel Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 4, 2220 Schofield Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92242-12-T-0005
 
Archive Date
2/4/2012
 
Point of Contact
Ruby Phillips, Phone: 757-763-4432, Aninze Awanna, Phone: 757-763-4407
 
E-Mail Address
ruby.phillips@nsweast.socom.mil, aninze.awanna@nsweast.socom.mil
(ruby.phillips@nsweast.socom.mil, aninze.awanna@nsweast.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The Request for Quotation number is H92242-12-T-0005 This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-27, dated 17 Oct 2008 and DFARS Change Notice 20081020. The DPAS Rating for this solicitation is S10. 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: http://farsite.hill.af.mil and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 315299 The Size standard is 500 Employees Naval Special Warfare Group 4 requests responses from qualified sources capable of providing : CLIN 0001: Sewing and Embroidery Service for the Navy Working Uniform (NWU) Type II (Digital Desert) and Type III (Digital Woodland) in accordance with the attached statement of work and font specificiations. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 (Jun 2008), Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I (Jun 2008), Offeror Representations and Certifications. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items; 52.204-7 Central Contractor Registration (Apr 2008), 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2008), 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2008). The following clauses are applicable to this solicitation:, 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003), 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004), 52-247.34 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984),52.252-2 Clauses incorporated by reference (Feb 1998)and 52.252-6 Authorized Deviations in Clauses (Apr 1984). FAR 52.239-19 Availability of Funds Clause. Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Offeror representations and certifications - Commercial Items(Jun 2005) Certification and Representation shall be submitted separately from the quote and 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Apr 2007) (DEVIATION), 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007), and 252.243-7001 Pricing of Contract Modifications (Dec 1991). Proposal shall include the pricing for each part listed in this synopsis. All clauses will be incorporated by reference in the order. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/.All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate Delivery time frame. 52.212-2, Evaluation - Commercial Items (JAN 1999) is applicable to this procurement. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The contract will be awarded to the Quoter whose quote conforms to the solicitation provisions, is technically acceptable and provides the lowest cost to the Government. To be considered by the agency, all quotes must be received by the Contracting Officer no later than 1200 PM (Eastern Standard Time) 20 Jan 2012. All questions shall be sent to the Purchasing Agent, Ruby Phillips, at (757) 763-4432 or email ruby.phillips@nsweast.socom.mil Statement of work under the heading Detailed description of The Work To be Performed add the following: 2.1.1 Contractor must be located within 50 miles of SBT-22 and NAVSCIATTS in order to accommodate delivery and pick up of uniforms by SBT-22, NAVSCIATTS, or the vendor. Contractor Questions for Solicitation H92242-12-T-0005 1. Could you please advise as to approximate quantity for the initial order for Navy Uniform Sewing and Embroidery specific to Solicitation H92242-12-T-005? Response 1: This is addressed in the SOW in paragraph 3.0: For the initial bulk uniform submission of up to 1500 uniforms, the contractor has 45 working days to complete alterations once received. 1,500 uniforms is the best estimate that we can currently provide based off of the troop strength of the two commands. 2. Logistics: who will be responsible for pick up and delivery of the embroidered garments? Response 2: Primarily the government will do the pick up and delivery of the uniforms, but the vendor will need to have the capability to pick up and deliver on an as needed basis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SanDiegoCA/H92242-12-T-0005/listing.html)
 
Place of Performance
Address: Special Boat Team Twenty Two, Stennis Space Center, Mississippi, 39529, United States
Zip Code: 39529
 
Record
SN02652261-W 20120112/120110235033-4e0bdc3a7deb206f404e9e3f7fbd5180 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.