Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2006 FBO #1643
MODIFICATION

84 -- Unit Patches and Insignia

Notice Date
5/25/2006
 
Notice Type
Modification
 
NAICS
315999 — Other Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-06-T0043
 
Response Due
5/30/2006
 
Archive Date
6/14/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for Commercial Items(s) prepared in accordance with the format in FAR Subpart 12.6 and FAR 13 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES/PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotes shall reference the Request for Quotation number H92239-06-T-0043. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-08. It is the Contractor's responsibility to be familiar with all applicable clauses and provisions. The North American Industry Classification System (NAICS) is 315999. The small business standard is 500 Employees. This requirement is set-aside for small businesses. US Army Special Operations Command has a requirement for the following military patches: Special Forces Group Oval Quantity 2,500 EA 1ST (A-6-194 3RD (A-6-073) 5th (A-6-183) 7th (A-6-189) 10th (A-6-157) 19th (A-6-) 20th (A-6-48) Special Forces Group Flash Quantity 2,500 EA 1ST (A-4-176) 3rd (A-4-053) 5th (A-4-103) 7th (A-4-172) 10th (A-4-137) 19th (A-4-3) 20th (A-4-030) DUI-SF, DE OPRESSO LIBER Quantity 5,000 EA DUI- JFK DE OPPRESSO LIBER Quantity 5,000 EA Army Achievement Quantity 50 EA Army Commendation Quantity 50 EA Insignia will be made in accordance with the specifications and tools provided by The Institute of Heraldry (TIOH). In addition, Distinctive Unit Insignia (DUI) must have Made in USA stamped on the reverse. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition. Full text clauses and provisions are available at http://farsite.hill.af.mil. FAR 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) of the provision: EVALUATION FACTORS: 1) Availability (2) price. To be considered for award, the contractor shall have an active registration in the Central Contractor Registration (CCR). Registration can be completed at www.ccr.gov. 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement. (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 52.204-7 Central Contract Registration, 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, with the following clauses being applicable to the solicitation: 52.203-6 Alt I, 52.222-21, 52.222-26, 52.222-35, 52.222.36, and 52.232-33; Additionally, 252.212-7001 (Dev), Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clauses 252.225-7001, and 252.225-7036 applicable. Additionally, the following clauses are applicable to this solicitation, 52.203-3 Gratuities, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend Term of Contract, 52.219-8 Utilization of Small Business Concerns, 52.222-3 Convict Labor, 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 with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.233-3 Protest After Award, 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 52.204-7 Central Contractor Registration, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.233-2 Service of Protest, 52.252-6 Authorized Deviations In Clauses, 252.232-7003 Electronic Submission of Payment Requests, 52.246-25 Limitation of Liability-Services, 5652.204-9002 Instructions for use of Electronic Contracts, 252.242-7001 Pricing of Contract Modifications and 52.252-2 Clauses incorporated by reference, with the following site added http://www.farsite.hill.af.mil. The Defense priorities and Allocations Systems (DPAS) assigned for this procurement is unrated. NA. Signed and dated quotes are due at HQ-USASOC ATTN: AOCO (Rowena Godaire), Fort Bragg, North Carolina, 28310, not later than 3:00 p.m. ET, 30 May 2006. Electronic submissions, to include FAX and email, will be accepted at (910) 432-9345 or godairer@soc.mil. It is the offeror?s responsibility to confirm receipt. QUOTES SHALL INCLUDE: (1) original letter signed by an individual authorized to bind the organization, with a schedule of offered items. All items offered must meet characteristics to include functional and physical. Offerors who do not submit clear specifications will be considered non-responsive and will be eliminated from competition. (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Any amendments that may be issued will be published in the FedBizOpps, the same as this combined synopsis/solicitation. All questions shall be submitted in writing to Ms. Rowena Godaire, Contract Specialist, at godairer@soc.mil or via facsimile (FAX) at: (910) 432-9345.
 
Place of Performance
Address: HQ, USASOC, BLDG E-2929 DESERT STORM DRIVE, FORT BRAGG, NC
Zip Code: 28310
 
Record
SN01057741-W 20060527/060525221818 (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.