Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2015 FBO #5028
SOLICITATION NOTICE

84 -- USAF BAND PERFORMANCE DRESS UNIFORM

Notice Date
8/28/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315220 — Men's and Boys' Cut and Sew Apparel Manufacturing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N00189T150439
 
Point of Contact
SHEILA SMIGELSKI 757-443-1363
 
Small Business Set-Aside
N/A
 
Description
USAF BAND PERFORMANCE DRESS UNIFORM N00189-15-T-0439 - USAF BAND PERFORMANCE DRESS UNIFORM. This is a sole source COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in using Simplified Acquisition Procedures under found at FAR 13. 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 NECO (http://www.neco.navy.mil/ ) and FEDBISOPPS (https://www.fbo.gov/). The Request For Quote (RFQ) number is N00189-15-T-0439. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-36 and DFARS Change Notice 20150226. 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. NAVSUP Fleet Logistics Center, Norfolk Contracting Department intends to award a Firm Fixed Price contract DeMoulin Brothers and Company in support of USAF Band Washington DC. The proposed contract action is for commercial supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13. 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 closing date will be considered by the Government. A determination by the Government not to compete this proposed contract is based upon responses to this notice and 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 This acquisition will result in a Firm-Fixed Price contract under NAICS code is 315220 and the Small Business Standard is 500 EMP. SCHEDULE OF SUPPLIES/SERVICES TO BE ACQUIRED: See Attachments. This announcement will close on 10 September 2015, 11 AM Eastern time. Responses may be submitted to Sheila Smigelski who can be reached at 757-443-1363 or email sheila.r.smigelski@navy.mil. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-13 SAM Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation (Dec 2014) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 Alt 1 Offeror Representations and Certifications 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required toImplement Statutes or Executive Orders - Commercial Items 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 (August 2013) 52.219-28 Post Award Small Business Program Representation (July 2013) 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50, COMBATING Trafficking in Persons (Feb 2009) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while driving 52.225-13 Restriction on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-SAM (July 2013) 52.225-25 Prohibition on Contracting with Entities 52.232-39 Unenforceability of Unauthorized Obligations (June 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sept 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sept 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ” Representation. (DEV 2015-O0010) (Feb 2015) 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEV 2015-O0010) (Feb 2015) 252.204-7003 Control of Government Personnel Work Product 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 252.204-7004 Alt A System for Award Management (May 2013) 252.204-7011 Alternative Line Item Structure (Sept 2011) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability ¦Fiscal Year 2015 Appropriations (Dev 2015-O0005) (Dec 2014) 252.211-7003 Item Identification and Valuation (Dec 2013) 252.213-7000 Notice to Prospective Suppliers on Use of PPIRS-SR in Past Performance Evaluations (June 2015) 252.225-7000 Buy American Act-Balance of Payments Program Certificate 252.225-7001 Buy American Act and Balance of Payments Program (Dec 2012) 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) 252.225-7048 Export-Controlled Items (June 2013) 252-232-7003 Electronic Submission of Payment Requests 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items (June 2013) 252.247-7023- Transportation of Supplies by Sea.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N00189T150439/listing.html)
 
Record
SN03861798-W 20150830/150828235703-47dfc13857f61d0ed57f88efe7a4734b (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.