Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2008 FBO #2291
SOLICITATION NOTICE

84 -- 50,000 EA CUSTOM T-SHIRTS

Notice Date
3/3/2008
 
Notice Type
Solicitation Notice
 
NAICS
315211 — Men's and Boys' Cut and Sew Apparel Contractors
 
Contracting Office
ACA, Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
 
ZIP Code
40121-5000
 
Solicitation Number
W9124D08P0299
 
Response Due
3/7/2008
 
Archive Date
5/6/2008
 
Point of Contact
Jonea M. Brown, 502-624-3400
 
E-Mail Address
Email your questions to ACA, Fort Knox
(jonea.m.brown@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
50,000 EA CUSTOM T-SHIRTS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included i n this notice. This announcement constitutes the only solicitation. Offers are being requested and a written solicitation will not be issued. W91NNE8034P401 is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP), P art 13.5. The NAICS code is 315211. The small business size standard is 500 Employees. THIS ACQUISITION IS UNRESTRICTED. This procurement is for a firm fixed price contract. Delivery will be 20 April 2008 and FOB Destination. The clauses and provisio ns referenced in this solicitation may be obtained in full text form at http://www.arnet.gov/far. Scope of Contract: 25,000 EACH  T-Shirts, USAR 100th Anniversary Custom, Size: Large 25,000 EACH  T-Shirts, USAR 100th Anniversary Custo m, Size: X-Large Specification for USAR 100th Anniversary T-Shirt Description: T-Shirt will be American made, 100% cotton, preshrunk, short-sleeve, ribbed crew neck collar, hemmed sleeve, double needle stitching on sleeves and hem, 5.6 ounce . Shirt color: Khaki. The collar of the T-shirt shall be tubular rib knit. The neck and shoulder seams shall be taped. The 100% cotton cloth shall be color fast. The contractor is prohibited from using dyes and compounds containing elementary sulfur cap able of oxidizing to sulfuric acid and resin finishes. The starch and protein content including chloroform-soluble material of any of the finished cloth shall not exceed 6 percent. The contractor shall preshrink all cloth before cutting. T-shirt shall not shrink or elongate more than 10 percent after six washings. The contractor shall use thread that matches the cloth. The contractor shall include a label that indicates the Care Instructions for the T-shirt. The T-shirt shall be direct screen printed with the designs provided and described below. The T-shirt will have no raw edges, runoffs, twists, pleats, puckers, or open seams. T-shirt will have a 3/16 (+/- 1/16 gauge) for over edge stitching. The t-shirt will be flashed after initial imprinting. (Fl ashing is a process that jells ink prior to application of second inking). Please contact Jonea Brown at Jonea.M.Brown@us.army.mil for a copy of the artwork. Colors: T-Shirt is Khaki. Screenprinting: Front (1st design): Art provided sha ll be screen printed on the left chest with the USAR 100th Anniversary logo in black lettering, Interstate Bold font, all uppercase letters in accordance with the style guide (see below). Colors: Black, Yellow (to match PMS 123C), and White. Imprint are a is approximately 3W X 3H. Right Sleeve will have www.armyreserve.army.mil. Materials Furnished: One CD with artwork, printout of disk information and one color laser printout of artwork to be sent next day mail to the contractor upon contrac t award. Pre-Production Proof: Contractor shall provide electronic proof of artwork on t-shirt before contractor produces entire quantity within five calendar days after contract award. The pre-production proof must contain all of the US Army Re serve (USAR) artwork and be representative of the actual final product that will be produced under this contract. Sample will be reviewed to ensure it is the specified product and that it has the imprint, the correct copy, typestyle, size, spacing and pos ition, and color before actual production begins. The contractor shall provide an Approval/Disapproval of Pre-Production proof form for the governments use in notifying the contractor concerning the approval/disapproval of the pre-production proof. The government will approve or disapprove electronic proof within two business days. Send Electronic Pre-Production Proof to Jainie Bell at Jai nie.Bell@us.army.mil Distribution: Drop Ship 1000 of each shirt ( 2000 ea) to the following thirty-eight zip codes. 00934 01432 08640 08817 11359 14609 15108 20755 22202 23237 28205 28307 30344 32827 33782 35209 39180 39407 40121 40205 551 11 60005 60563 67210 70143 72118 73150 77054 84113 90720 93928 94568 96819 98199 98661 (2) 54656 68723 Schwetzingen Deliver the remainder of the shirts to: USAR 100th Anniversary TF ATTN: LTC Gary Zeitz 1421 Jeff Davis Hwy STE, 12300 Arlington, VA 22202-3259 703-601-3492 Items will be delivered FOB: Destination. PALLETIZING INSTRUCTIONS: Boxes will be stabilized with cardboard corner braces on all four corners from top of skid to top layer of boxes. Corner braces will be strong enough to support pallets being stacked at least two pallets high, without buckling, toppling or crushing. Boxes will be stacked no higher than 72 on the skid. Boxes will weigh no more than 45 pounds. The loads will not buckle or shift under pressure. The contractor will shrink wrap all boxes tight enough onto the skid to prevent boxes from shifting or falling off skid during transport. Contractor to face the boxes on the skid to show the label of the box and what is inside the box. Contractor to put at least one (1) label outside of the shrink wrap to identify product inside of boxes. Partial boxes will be labeled as such and placed on the top of the skid. A packing list must accompany each shipment. The packing list will sp ecify the following: Component, Quantity per Carton, Total Carton Count, Total Quantity. A standard Bill of Lading will not be substituted for a packing list. Pallets will be refused if they do not comply with these instructions or if they are double-st acked. The following provisions and clauses apply to this acquisition: 52.204-7 Central Contractor Registration ; 52.212-1 Instructions to Offerors--Commercial Items; 52.212-4 Contract Terms and Conditions--Commercial Items; 52.252-1 Solicitati on Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 52.212-3 Alt I Offeror Representations and Certifications Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders  Commercial Items. In paragraph (b) of 52.212-5, the following apply: 52.222-21; 52-222-26, 52.222-35; 52.222-26, 52.222-27, 52.222-38, 52,222-50, 52.225.13, 52.232.33 ; 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; 252.212-70 01 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable To Defense Acquisitions Of Commercial Items. In paragraph (a) of 252.212-7001, the following apply: 52.203-3 In paragraph (b) of 252.212-7001, the following applies; 252.225-7012, 252.225-7036, 252.232-7003, 252.242-7003. In paragraph (c) of 252.212-7001, the following apply; 252.247-7023, Transportation of Supplies by Sea (10 U.S.C. 2631); 252.247-7024, Notification of Transportation of Supplies by Sea (10 U.S.C. 2631) and 242-7023, 252.225-7000 Buy American Act  Balance of Payments Program Certificate. Award will be made in the aggregate to the lowest priced, responsive, responsible offeror. Failure to submit an offer on all items will render t he offer non-responsive. Offerors shall include a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications  Commercial Items and, 252.225-7000 Buy American Act  Balance of Payments Program Certificate with its offer. This provision may be obtained at http://www.arnet.gov/far. All responsible sources may submit a quote via email to jonea.m.brown@us.army.mil or via fax to 502-624-5869. FAX quotations will be accepted. QUOTES MUST BE RECEIVE BY 1:00PM ES T ON 03-07-2008. Point of Contact Jonea Brown 502-624-3400
 
Web Link
DIRECTORATE OF CONTRACTING, FORT KNOX, KY
(http://doc.knox.army.mil/)
 
Place of Performance
Address: ACA, Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY
Zip Code: 40121-5000
Country: US
 
Record
SN01522491-W 20080305/080303224125 (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.