MODIFICATION
84 -- Loop Insignia Rank Tab, Foul Weather Parka
- Notice Date
- 3/6/2008
- Notice Type
- Modification
- NAICS
- 313222
— Schiffli Machine Embroidery
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Supervisor, USCG Uniform Distribution Center, 414 Madison Ave., Woodbine, NJ, 08270, UNITED STATES
- ZIP Code
- 08270
- Solicitation Number
- HSCGG9-08-Q-PUD640A
- Response Due
- 3/14/2008
- Archive Date
- 3/29/2008
- Point of Contact
- John Giel, Contracting Officer, Phone 609-861-7927, Fax 609-861-5632
- E-Mail Address
-
john.m.giel@uscg.mil
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment to solicitation dated 3-6-08 changes the Product Description specification to CDTO-PD-338C-CG Revised 6 March 2008. The only change is on page 3, Table II, Color, embroidery yarn. Color number 67104 has been deleted and replaced by color number 67103. The remainder of the solicitation remains unchanged. This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation Number: HSCGG9-08-Q-PUD640A is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 2005-23. This procurement is 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) code is 313222, and the small business size standard is 500 employees. The government intends to award a Firm Fixed Price Order/Contract utilizing Simplified Acquisition Procedures (SAP). IMPORTANT NOTICE: FAR 52-232-33 (Payment by Electronic Funds Transfer Central Contractor Registration, May 1999) is a mandatory requirement for contractors to be registered in the CCR database. CONTRACTORS MAY REGISTER ON-LINE AT HTTP://WWW.CCR.GOV/. IT IS MANDATORY TO OBTAIN A DUNS NUMBER PRIOR TO REGISTERING. CONTRACTORS SHALL CALL DUN & BRADSTREET (1-800-333-0505) TO OBTAIN. AWARD CANNOT BE MADE UNLESS REGISTERED. The U.S. Coast Guard Uniform Distribution Center (UDC) has a requirement for 34,212 total quantity, Loop, Insignia Rank Tab, Foul Weather Parka made in accordance with U.S. Coast Guard Purchase Description CDTO-PD-338C-CG dated 06 MARCH 2008 which supercedes all previous specifications. The embroidery designs and finished dimensions shall be in accordance with the requirements specified in CDTO-PD-1101C-CG dated 9 N0vember 2005, Insignia, Collar, Embroidered, Rank, Grade, and Specialty dated 9 November 2005. Specific quantities required are 5 each Admiral (4 stars), 5 each Vice Admiral (3 stars), 20 each Rear Admiral (2 stars), 20 each Rear Admiral (1 star), 360 each Captain (eagle/olive branch), 775 each Commander (silver oak leaf), 1400 each Lieutenant Commander (gold oak leaf), 2200 each Lieutenant (2 silver bars), 1100 each Lieutenant Junior Grade (1 silver bar), 800 each Ensign (1 gold bar), 850 each Chief Warrant Officer CWO2, 400 each Chief Warrant Officer CWO3, 325 each Chief Warrant Officer CWO4, 6600 each Petty Officer First Class, 7300 each Petty Officer Second Class, 7700 each Petty Officer Third Class, 3300 each Chief (anchor with shield), 720 each Senior Chief (anchor w/shield 1 star), 330 each Master Chief (anchor w/shield 2 stars), 2 each Master Chief Petty Officer of the Coast Guard (anchor w/shield 3 stars). The basic material for the insignia rank tab loop shall be cloth, laminated, waterproof, windproof, and moisture vapor permeable, Gore laminated cloth, style 3LBD or equal made from 100% nylon fiber, and the color shall be Coast Guard Blue 3362. The Design, Thread Color, Embroidery Yarn, and Assembly shall all be in accordance with PD-338B-CG dated 28 January 2008 and CDTO-PD-1101C-CG dated 9 November 2005. Offerors are required to submit Product Demonstration Models (2 each of every rank) on or before March 14, 2008 to: U.S. Coast Guard Clothing Design and Technical Office, Attention Mr. Jim Mello, U.S. Army Soldier Systems Center, Warehouse 20-86, 15 Kansas Street, Natick, MA 01760. Product Demonstration Model (PDM) - product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender?s request and expense, unless they are destroyed during pre-award testing. The product samples shall consist of 2 each of every rank which shall be tested for conformance to the specifications. Failure of the models to conform to the characteristics may require rejection of the offer. Failure to provide models by the time and date specified in the solicitation may be a cause for rejection if not otherwise eligible under the provisions for considering late offers. PDMs will become Government property unless return is requested within 30 days after award. If offeror plans to use multiple place of performance a PDM shall be submitted for each proposed place of performance. The Government will inspect the sewing facilities of the most highly rated offerors to determine production capability. The awarded Contractor will be required to submit a first article for testing and approval by the Coast Guard Clothing Design and Technical Office (CDTO). The U.S. Coast Guard may waive the requirement for first article testing and approval where supplies identical or similar to those called for in the schedule have been previously furnished by the Contractor and have been accepted by the U.S. Coast Guard. The Contractor may request a waiver. REQUEST ALL PRICING TO BE QUOTED AS FOB DESTINATION. In accordance with Federal Acquisition Regulation (FAR) clause 52.209-4 First Article Approval ? Government Testing, paragraphs (a) and (b) of the clause are hereby included in full text, and the remainder of the clause is incorporated by reference. PARAGRAPH (a): The Contractor shall deliver the quantity specified under Contract Line Item Number (CLIN) 0001 (first article) in the contract, within 30 calendar days from the date the order is received by the Contractor. The first article shall be shipped to U.S. Coast Guard Clothing Design and Technical Office, Attention: Mr. Joseph Deblase, U.S. Army Soldier Systems Center, Warehouse 20-86, 15 Kansas Street, Natick MA 01760 for testing and approval. The shipping documentation shall contain the contract number and the item identification. The first article testing of the Insignia, Rank Tab Loop will consist of a visual examination for defects that affect appearance, serviceability, or salability and workmanship. Each finished tab shall be visually examined to ensure conformance to the requirements specified in PD-338C-CG dated 06 MARCH 2008 and CDTO-PD-1101C-CG dated 9 November 2005. Each item shall be uniform in appearance and shall be free from defects that could affect the form, fit, function, quality and serviceability of the finished item. Should the first article lot be destroyed during first article inspection or rendered unusable as a result of the first article inspection, it will be the Contractors responsibility to repair or replace the first article lot after the inspection so that they are part of the production lot. If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article. The Contractor shall furnish the additional first article to the Government under the terms and conditions and within the time specified by the Government. Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Within 7 calendar days after the U.S. Coast Guard receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specification and all other terms and conditions of the contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite the reasons for the disapproval. The production order shall be delivered to the following address: U.S. Coast Guard Uniform Distribution Center, 414 Madison Ave, Woodbine NJ 08270, and complete delivery must be made within 90 days of first article acceptance. PARITAL SHIPMENTS WILL BE ACCEPTED. The following FAR provisions and clauses apply to this solicitation: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998). The following provisions and clause are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (Jan 2004), FAR 52.204-7 Central Contractor Registration (Oct 2003), FAR 52.204-8 Annual Representations and Certifications (Jan 2005), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June 2004), FAR 52.219-6 Notice of Total Small Business Set-Aside (June 2003), FAR 52.222-3 Convict Labor (June 2003), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (June 2004), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Apr 2002), FAR 52.225-1 Buy American Act-Supplies (June 2003), FAR 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003), FAR 52.232-1 Payments (Apr 1984), FAR 52.232-25 Prompt Payment (Oct 2003), FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), FAR 52.233-1 Disputes (Alternate 1)(Dec 1991), FAR 52.233-3 Protest After Award (Aug 1996), FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), FAR 52.243-1 Changes-Fixed Price (Aug 1987), FAR 52.247-34 F.o.b. Destination (Nov 1991), FAR 52.249-1 Termination for Convenience of the Government (Fixed- Price)(Short Form)(Apr 1984), FAR 52.249-8 Default (Fixed Price Supply and Service )(Apr 1984)The full text of the FAR can be accessed on the Internet at the following: http://www.arnet.gov/far/. In accordance with FAR Case 2002-24, Federal Acquisition Circular (FAC) 2001-26, and FAR Subpart 4.12 - Annual Representations and Certifications, the use of Online Representations and Certifications Application (ORCA) has become mandatory as of January 1, 2005. ORCA is available through the Business Partner Network (BPN) at http://www.bpn.gov/. Contractors will use ORCA to electronically submit annual Representations and Certifications (Reps & Certs). Contractors will no longer be required to submit hard copies of their Reps & Certs with each proposal. For contractors to be able to upload their Reps & Certs to ORCA, they must have an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN). Offerors responding to this announcement must include their Dun and Bradstreet (DUNS) number. If Contractors have already uploaded their annual Reps & Certs, please submit a statement with your quotation certifying that the Reps & Certs in ORCA are accurate for this solicitation, or provide the information required in required in FAR 52.212-3 (b) thru (j). The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar sale, provided such warranty is available at no additional cost to the government. The government will award an order resulting from this solicitation to the responsible offeror whose offer is most advantageous to the government. The government will evaluate each quotation based on Price, Delivery Time, Conformance of the Product Demonstration Models to PD-338C-CG dated 06 MARCH 2008 and CDTO-PD-1101C-CG dated 9 November 2005, and Production Capability. The U.S.Coast Guard Purchase Descriptions are not attached and can be obtained by mail or e-mail. Please contact John Giel at 609-861-7927 or john.m.giel@uscg.mil. All Product Demonstration Models must be submitted to U.S. Coast Guard Clothing Design and Technical Office in Natick, Ma by March 14, 2008. All quotations must be submitted and received at this office on or before March 14, 2008 at 2:00 PM eastern time. Quotations may be sent via e-mail to john.m.giel@uscg.mil or fax to (609) 861-5927, Attn: John Giel. Written quotations may also be sent to the following address: Contracting Officer, U.S. Coast Guard Uniform Distribution Center, 414 Madison Ave., Woodbine, N.J. 08270. All quotations must include the following information: Company Name; Company Address; Point of Contact; Phone number and E-mail address; business size; Commercial and Government Entity (CAGE) code; Data Universal Numbering System (DUNS number); Tax Identification Number; and Central Contractor Registration (CCR) status (active / inactive). Please direct all questions regarding this solicitation to John Giel at (609) 861-7927. This is NOT a sealed bid advertisement, and quotations will NOT be publicly opened. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USCG/USCGUDC/HSCGG9-08-Q-PUD640A/listing.html)
- Place of Performance
- Address: USCG/Uniform Distribution Center 414 Madison Ave. Woodbine, NJ
- Zip Code: 08270
- Country: UNITED STATES
- Zip Code: 08270
- Record
- SN01526537-F 20080308/080306231736 (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 |