Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2002 FBO #0180
SOLICITATION NOTICE

S -- Sewing and repair of Organizational Clothing Individual Equipment and Hospital White Uniform for the Central Issue Facility at Fort sam Houston, Texas.

Notice Date
5/29/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
MedCom Contracting Center, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
DADA10-02-Q-0086
 
Response Due
6/20/2002
 
Archive Date
7/20/2002
 
Point of Contact
Marc Bustamante, 210-221-4192
 
E-Mail Address
Email your questions to MedCom Contracting Center
(marc.bustamante@cen.amedd.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA PART: US GOVERNMENT PROCEDURES SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99---Miscellaneous OFFADD: MEDCOM CONTRACTING CENTER, ATTN: MCAA-C-SS, BLDG 4197, 2107 17TH STREET, FORT SAM HOUSTON, TEXAS 78234-5015, SUBJECT: 99---SEWING AND REPAIR OF O RGANIZATIONAL CLOTHING, INDIVIDUAL EQUIPMENT, AND HOSPITAL WHITE UNIFORM FOR THE CENTRAL ISSUE FACILITY (CIF) AT FORT (FT) SAM HOUSTON, TEXAS (TX). SOL DADA10-02-Q-0086 DUE June 20, 2002 for a base period plus four option periods. Point of contact (POC): Captain (CPT) Marc Bustamante (210) 221-5367, Contracting Officer (KO): Ms Sylvia F. Flores (210) 221-3802. This is a combined synopsis/solicitation for commercial items in accordance with (IAW) FAR Subpart 12.6 as supplemented with additional informatio n included in this notice. A copy of this solicitation, to include the statement of work and technical exhibits will be provided upon request. Offers are requested in response to this announcement. This solicitation is issued as a Request for Quotations (RFQ). The solicitation document incorporates provisions and clauses which are in effect through Federal Acquisition Circular 97-12. The solicitation is 100% set-aside for small business. The applicable Standard Industrial Classification (SIC) is 7219, the applicable North American Industry Classification System (NAICS) code is 811490, and the size standard is five million dollars ($5,000,000). Scope of Work: The Contractor shall furnish management, qualified personnel, and all necessary resources to i nclude sewing machine(s), except the Government-Furnished Property (GFP) and services in order to perform maintenance, sewing, and repair of Organizational Clothing Individual Equipment (OCIE) and Hospital Duty White Uniform (HDWU) for the Central Issue Fa cility (CIF), Supply and Services Division, Readiness and Logistics Business Center (RLBC), United States Army Garrison (USAG), FT Sam Houston, TX, as defined in the Performance Work Statement (PWS) and additional information to be provided on request as n oted herein. The support function includes inspection of items for serviceability and cleanliness, sewing of patches, alteration, and repair of a broad range of military clothing and load-bearing and canvas equipment, and material maintenance concepts IAW applicable regulations. Provide maintenance support to include receiving, inspecting, identifying, ensuring items to be repaired are within maintenance expenditure limits, maintain bench stock, documenting actions, and releasing equipment IAW material ma intenance concepts and policies in applicable regulations; perform to industry and quality standards defined in Technical Exhibit (TE) 1, Quality Standards, TE 2, Estimated Workload, and TE 3, OCIE Items. Qualifications: The Contractor shall furnish all p ersonnel necessary to accomplish work required by this contract. Personnel provided by the contractor shall be properly trained to meet specified requirements of this contract; provide a point of contact (POC) who shall act with full authority for the Co ntractor and shall be responsible for the overall management and coordination of work under this contract. The name of this person shall be submitted in writing to the contracting officer (KO) not later than (NLT) the start of this contract. Government-F urnished Property (GFP) and Services-General information: The Government will provide the facilities and services as listed herein, to include approximately 425 square feet of warehouse space in Building (BLDG) 2640, located at the corner of Harney and Sc ott Roads, fort Sam Houston, TX; Utilities, electricity, water, and Class C telephone service for official use only; provide grounds maintenance, refuse collection, and insect and rodent control, periodic pest control services, police and fire protection. Contractor Furnished Property and Services: Parts and Materials. The Contractor shall furnish all equipment and material required to perform sewing and repair of items listed in TE 3, OCIE items. Specific Tasks: Unless specifically identified as Government provided, the Contractor shall perform the following services. The Contractor shall repair textile items so that the repaired items meet the serviceability standards specified by the original manufacturer or item?s Government publication IAW acceptable textile trade practices. No additional charges shall be made whether repairs are accomplished on Government premises or in the Contractors facilities; also e nsure quality standards are maintained in the performance of this contract as identified in TE 1. Management and Operation of Maintenance Repair/Sewing Service Point. Manage and operate a Maintenance Repair/Sewing Service Point at FT Sam Houston, TX, BLD G 2640. Operate a Maintenance Repair/Sewing Service Point between the hours of 0715-1600, Monday thru Friday, excluding federal holidays. Maintain the Maintenance Repair/Sewing Service Point in a clean, neat, and orderly condition at all times, emptying all trash receptacles daily. The Contractor shall provide sufficient personnel to maintain the Maintenance Repair/Sewing Service Point so as to avoid customer waiting to provide Maintenance Repair/Sewing Service for items listed in TE 3, following care la bel instructions when repairing/sewing any items so as not to alter the appearance, ensuring appearance remains as shown in applicable standards and regulations. The Contractor is requested to propose a monthly price on the following items based on an est imated annual quantity of 37,397 pieces: Line Item 0001, Base Period, 01 OCT 02 thru 30 SEP 03; Line Item 0002, First Option Period, 01 OCT 03 thru 30 SEP 04; Line Item 0003, Second Option Period, 01 OCT 04 thru 30 SEP 05; Line Item 0004, Third Option Peri od, 01 OCT 05 thru 30 SEP 06; Line Item 0005, Fourth Option Period, 01 OCT 06 thru 30 SEP 07 . A copy of the solicitation and technical exhibits is available upon request. An original quote shall be received at the following address: MEDCOM Contracting C enter, MCAA-C-SS, BLDG 4197, 2107 17th Street, FT Sam Houston, TX 78234-5015, ATTN: CPT Marc Bustamante NLT 4 pm local time, June 20, 2002. All quotes shall be clearly marked with the offerors name and RFQ number. Pre-proposal conference (PPC) and site v isit is tentatively scheduled for 12 June 2002 at 0900 at CIF, BLDG 2640, Fort Sam Houston, TX. Site visit will follow the PPC. Offerors are requested to submit any questions in writing at least three (3) working days prior to the PPC. Failure of prospe ctive offerors to submit any questions or to attend the conference will be construed to mean that the offeror fully understands all requirements of the solicitation. Prospective offerors are advised that the PPC will be held solely for the purpose of expl aining the specifications, terms and conditions of the solicitation. All prospective offerors are advised that at the conclusion of the conference, unless this solicitation is amended in writing, the requirement will remain unchanged and that if an amendm ent is issued, normal procedures, relating to the acknowledgement and receipt of any such amendment shall be applicable. Prospective offerors shall contact Ms. Flores no later than 4 PM CDST June 10, 2002 and advise of the names of the representatives who will attend. Ms. Flores may be contacted at (210) 221-3802; FAX (210) 221-4430 or 5402 and Email - sylvia.flores@cen.amedd.army.mil. The provision of FAR 52.212-1, Instructions to Offerors-Commercial Items applies. Federal Acquisition Regulation (FAR) clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies as well as the following addendum clauses: FAR 52.219-1, Small Business Program Representation; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.212-5, Contract Terms an d Conditions Required to Implement Executive Orders-Commercial Items, including clauses: b(1), b(2), b(3), b(6), b(7), b(8), b(9)f, b(13), b(14), b(15), b(16), c(2), and c(4); FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.216-18, Ordering; FAR 52.232-19, Availability of Funds for the Next Fiscal Year. Defense Federal Acquisition Regulation Supplement (DFARS)
 
Place of Performance
Address: MedCom Contracting Center ATTN: MCAA C BLDG 4197, 2107 17TH Street Fort Sam Houston TX
Zip Code: 78234-5015
Country: US
 
Record
SN00084756-W 20020531/020529213314 (fbodaily.com)
 
Source
FedBizOpps.gov 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.