Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2012 FBO #4016
MODIFICATION

84 -- Coveralls

Notice Date
11/20/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
1942 Gaffney St, Pearl Harbor, HI 96860
 
ZIP Code
96860
 
Solicitation Number
N00244-13-R-0011
 
Response Due
11/13/2012
 
Archive Date
5/12/2013
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is N00244-13-R-0011 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-61. The associated North American Industrial Classification System (NAICS) code for this procurement is 315210 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-11-13 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be San Diego, CA 92135 The FLC - San Diego requires the following items, Meet or Exceed, to the following: LI 001, Kleenguard Coveralls Breathable A20 w/o pockets Size Medium Part no.58532 All items must meet Buy American Act and supplied from a qualified country IAW with DFARS 252.225-7000 and 252.225-7002. Request expedite delivery 48hrs for all items. Partial shipments will be accepted with authorization for partial payments on items delivered., 126, BX; LI 002, Kleenguard Coveralls Breathable A20 w/o pockets Size Large Part no.58533, 121, BX; LI 003, Kleenguard Coveralls Breathable A20 w/o pockets Size X-Large Part no.58534, 121, BX; LI 004, Kleenguard Coveralls Breathable A20 w/o pockets Size 2X-Large Part no.58535, 116, BX; LI 005, Kleenguard Coveralls Breathable A20 w/o pockets Size 3X-Large Part no.58536, 35, BX; LI 006, Kleenguard Coveralls Breathable A20 w/o pockets Size 4X-Large Part no.58537, 35, BX; LI 007, Pyrolon Plus 2 Breathable Coveralls w/o pockets, Blue Size: Small 25/Box Part no.7412B-SM, 65, BX; LI 008, Pyrolon Plus 2 Breathable Coveralls w/o pockets, Blue Size: 5X-Large 25/Box Part no.7412B-5X, 40, BX; LI 009, Dupont Tyvek Coveralls - white w/attached hood, skid resistant boots, elastic wrists and waists, serged seams Size: Small Part no.TY122SWHSM002500, 55, BX; LI 010, Dupont Tyvek Coveralls - white w/attached hood, skid resistant boots, elastic wrists and waists, serged seams Size: Medium Part no.TY122SWHMD002500, 200, BX; LI 011, Dupont Tyvek Coveralls - white w/attached hood, skid resistant boots, elastic wrists and waists, serged seams Size: Large Part no.TY122SWHLG002500, 200, Box; LI 012, Dupont Tyvek Coveralls - white w/attached hood, skid resistant boots, elastic wrists and waists, serged seams Size: X-Large Part no.TY122SWHXL002500, 270, Box; LI 013, Dupont Tyvek Coveralls - white w/attached hood, skid resistant boots, elastic wrists and waists, serged seams Size: 2X-Large Part no.TY122SWH2X002500, 145, BX; LI 014, Dupont Tyvek Coveralls - white w/attached hood, skid resistant boots, elastic wrists and waists, serged seams Size: 3X-Large Part no.TY122SWH3X002500, 140, BX; LI 015, Dupont Tyvek Coveralls - white w/attached hood, skid resistant boots, elastic wrists and waists, serged seams Size: 4X-Large Part no.TY122SWH4X002500, 135, BX; LI 016, Dupont Tyvek Coveralls - white w/attached hood, skid resistant boots, elastic wrists and waists, serged seams Size: 5X-Large Part no.TY122SWH5X002500, 40, BX; LI 017, Dupont Tyvek Coveralls - white w/attached hood, skid resistant boots, elastic wrists and waists, serged seams Size: 6X-Large Part no.TY122SWH6X002500, 40, BX; LI 018, Dupont Tyvek Coveralls - white w/attached hood, skid resistant boots, elastic wrists and waists, serged seams Size: 7X-Large Part no.TY122SWH7X002500, 40, BX; 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, FLC - San Diego 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. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - San Diego is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors 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.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors 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 offerors require additional clarification, notify the point of contact or 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. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. 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 FAR 52.247-34, F.o.b. Destination applies New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. System for Award Management Registration (August 2012) (Deviation) The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.204-10 Reporting Subcontract Awards. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers w/ Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-18 Availability of Funds 252.211-7003 Item Identification & Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. 52.204 - 99 DEV System for Award Management Registration (August 2012) (Deviation) -252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Fleet Fast Pay Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) Control of Government Personnel Work Product (April 1992) Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) Requirements Relating to Compensation of Former DOD Officials (Sep 2011) 52.212-2 Evaluation - Commercial Items. See evaluation Factors below. Partial shipments are permitted unless specifically authorized at the time of award. Notice of Total Small Business Set-Aside Delivery of Excess Quantities The NAICS code is 333210 and the Small Business Standard is 500. The clauses may be accessed in full text at these addresses:https://www.acquisition.gov/Far/ and http://www.acq.osd.mil/dpap/dfars/index.htm Contract Terms and Conditions-Commercial Items Items Inspection of Supplies - Fixed Price Post Award Small Business Program Representation Convict Labor Child Labor-Cooperation with Authorities and Remedies Equal Opportunity Prohibition of Segregated Facilities Contractor Policy to Ban Text Messaging Restrictions on Certain Foreign Purchases Payment of Electronic Funds Transfer - Central Contractor Registration Payment by Electronic Funds Transfer - Central Contractor Registration Pricing of Contract Modifications The contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d). Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision rendered by a contracting officer to the reviewing authority. The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 937 North Harbor Drive, San Diego, CA 92132-0060. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the "contracting officer" or "reviewing official". Offerors should note this review of the Contracting Officer's decision will not extend GAO's timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. Buy American Act and Balance of Payments Program Qualifying Country Sources as Subcontractors Stop Work Order Changes-Fixed Price
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N00244-13-R-0011/listing.html)
 
Place of Performance
Address: San Diego, CA 92135
Zip Code: 92135
 
Record
SN02934302-W 20121122/121120234214-35cb754201cf8a693bbe684b9a8a876e (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.