Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2010 FBO #3031
SOLICITATION NOTICE

83 -- MESS DECK UNIFORMS

Notice Date
3/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315299 — All Other Cut and Sew Apparel Manufacturing
 
Contracting Office
N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024410T0153
 
Response Due
3/17/2010
 
Archive Date
4/19/2010
 
Point of Contact
CHARLES (FLETCH) FLETCHER II 619-532-2658
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 11. This Procurement is issued as a 100% Total Small Business Set-Aside procurement under Standard Industrial Code 5699, Federal Supply Class 8305 and NAICS 315299. This is an All or None, Brand Name or Equal offer. The agency need of the following requirements: ITEM NUMBER 0001 MESS DECK UNIFORMSDESCRIPTION 1. Shipping is FOB Destination San Diego, CA 92135.QTY: 1 Group SALIENT CHARACTERISTICS FOR MESS DECKS UNIFORMS These mess decks uniforms needs to match with the existing uniforms currently using onboard. A. CHEF UNIFORM LONG SLEEVE 1.0Material1.1White 65-35 Poly- Cotton.2.0Style2.1Royal Blue 100% Polyester Collar and Cuffs.2.2Stars and Stripes Ribbon on Vertical on Collar Tips and Cuffs.2.1Stars and Stripes Ribbon around Cuffs2.2Under Arm Air Vents.3.0Design1.1USS Nimitz Logo on left Breast, top of the pocket3.1 "Culinary Specialist" Embroidered on right breast.3.2US Flag embroidered on right arm.4.0Color 4.1 White5.0Size5.1 Sizes: 15% S; 60%M; 15%L; 10%XL B. CHEF HAT 1.0Material1.165-35 Poly- Cotton.2.0Sizes2.1 Sizes: 25% S; 60%M; 15%L; 3.0Color 3.1 White 4.0 Design4.1 Embroidered USS Nimitz Logo center of the cap of forehead4.2 Embroidered "S2 Can Do" below USS Nimitz Log C. UTILITY CHEF TROUSER1.0Material1.165-35 Poly Cotton Blend.2.0Style2.1Button Front Closure.2.2Two Side and Rear Pockets.3.0Size3.115% small3.275% Medium3.310% Large4.0Color 3. 1 Black D. POLO-SHIRT WITH COLLAR 2.0Material2.1100% Cotton Pique.3.0Style3.13 Button Closure3.2With Collar.3.3Left breast pockets.3.4USS Nimitz Logo on left Breast, top of the pocket3.5"Food Service Division" embroidered on top of Nimitz logo3.6 "S-2 Can Do" Embroidered below the Nimitz Logo.4.0Size4.115% S; 40%M; 35%L; 10%XL 5.0Color 3. 1 Navy Blue E. POLO-SHIRT WITH COLLAR 1.0Material1.1100% Cotton Pique.2.0Style2.13 Button Closure2.2With Collar.2.3Left breast pockets.2.4USS Nimitz Logo on left Breast, top of the pocket2.5"S-2 Can Do" Embroidered below the Nimitz Logo.2.6MDMAA Badge embroidered with white thread in the middle of left pocket 3.0Size3.112 Ea M; 24 Ea L; 12 Ea XL4.0Color 3. 1 Yellow Haze Polo Shirt Left chest Logo for items D and E. For Chef Uniforms/Hat Items A and B The requirement is for a firm-fixed price type contract. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following provisions apply: FAR 52.11-6 Brand Name or Equal (AUG 1999), FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract; Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial Items. Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.247-34 FOB Destination; Clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items (Dec 2008) applies with the following applicable clauses for paragraph (b): FAR 52.203-13 Contractor Code of Business Ethics and Conduct (Dec 2008); FAR 52.219-14 Limitations on Subcontracting (Dec 1996); FAR 52.219.28 Post Award Small Business Program Rerepresentation (June 2007); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008); FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-50 Combating Trafficking in Persons (Aug 2007); FAR 52.225-1 Buy American Act-Supplies (June 2003); FAR 52.232-! 33 Payment by Electronic Funds Transfer-Central Contract Registration; FAR 52.232-36 Payment by Third Party;FAR 52.247-34 F.O.B. Destination; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Deviation) (Jan 2009), applies with the following clauses applicable for paragraph (b); DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009); N00244M282 Award By Full Quantity (Aug 1992) (FISC San Diego); N00244M311 Evaluation-Using Technically Acceptable Minimum Criteria and Price Factors (Apr 1996) (FISC San Diego) and N00244L332 Unit Prices., applies to all solicitations issued on or after 6/1/98; Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at www.bpn.gov for more information. Please ensure compliance with this regulation when submitting your proposal. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Ability to meet both technical capability and the ability to meet the required delivery schedule represent MINIMUM criteria for acceptable award. Failure to meet one of these two criteria shall ender the offer to be technically unacceptable and will not be considered for award. Award will be made to that responsible offeror which meet both of the above minimum technical and schedule requirements and offers the lowest price. All responsible Offerors are to submit current pricing, delivery time, payment terms, CAGE code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company's services that meet the specifications, along with applicable government discounts. Initial pricing (quotes) and any technical information must be received no later than 12:00 PM (PST), Wednesday, 17 Mar 2010 and will be accepted via Fax (619) 532-1088, Attn: Charles (Fletch) Fletcher II at (619) 532-2658 or e-mail charles.e.fletcher@navy.mil. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Clause information can be downloaded from the internet from the following addresses; FAR Clauses http://acquisition.gov/comp/far/index.html DFARS Clauses http://www.acq.osd.mil/dpap/dars/dfaras/index.htm
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024410T0153/listing.html)
 
Place of Performance
Address: BLDG 77QUAY ROAD, SAN DIEGO, CA
Zip Code: 93135
 
Record
SN02089667-W 20100313/100311235047-4e1e107b2d1a287ba421bb6e0a0b4f65 (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.