SOLICITATION NOTICE
84 -- Combat Uniforms - Statement of Work
- Notice Date
- 11/18/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 315225
— Men's and Boys' Cut and Sew Work Clothing Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, MARSOC, Building H-1, Floor 1GS, Camp Lejeune, North Carolina, 28542, United States
- ZIP Code
- 28542
- Solicitation Number
- h92257-11-q-0010
- Point of Contact
- Gabriel R Shipley, Phone: 910-440-0776
- E-Mail Address
-
gabriel.shipley@usmc.mil
(gabriel.shipley@usmc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Item Specs Statement of work 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; quotes are being requested and a written solicitation will not be issued. Solicitation #H92257-11-Q-0010 is hereby issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-24, Effective 31 March 2008 & Class Deviation 2005-00001 and Current DFARS DCN 20100608 Edition. NAICS Code - 315225(Other NAICS will be accepted on a case by case basis). Size standard - 500 employees. This solicitation is restricted to small business concerns. Evaluation will be based on the Lowest Price Technically Acceptable (LPTA). FOB Destination. The ship to location is Camp Lejeune, NC 28542. Delivery is required within 30 days from date of award. THE BURDEN OF PROOF IS ON THE CONTRACTOR TO VERIFY RECEIPT OF THE QUOTE BY THE CONTRACTING OFFICE. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). No paper copies of this solicitation will be provided. Contract financing will NOT be provided for this acquisition. The Government reserves the right to not make an award at all. This RFQ has five(5) line items. Quotations are being solicited on a brand name OR EQUAL basis in accordance with FAR 52.211-6. A Firm Fixed Price (FFP) type purchase order is anticipated. Item 0001 - 300 each, G3 Combat Pant, NATO Woodland Print Item 0002 - 300 each, G3 Combat Shirt, NATO Woodland Print Item 0003 - 300 each, AirFlex Knee Pads, Green Item 0004 - 300 each, AirFlex Field Elbow Pads, Green Item 0005 - 1 each, Freight The Contracting Officer will evaluate EQUAL products on the basis of the evaluation factors listed in this solicitation and the information furnished by the quoter or identified in the quote and reasonably available to the Contracting Officer. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Include manufacturers name, model number, and specifications in your quote. Unless the quoter clearly indicates in its offer that the product being offered is an EQUAL product, the quoter shall provide the brand name product referenced in the solicitation. By submission of a quote, the quoter acknowledges the requirement that a prospective awardee must be registered in CCR prior to award, during performance, and through final payment of any contract resulting from this solicitation. All responsible sources may submit quote packages, including technical capability (brand equivalency if applicable), and completed NO LATER THAN 24 November 2010, 8:00 AM, EST. Point of contact for this acquisition is GySgt Shipley, GR (910) 440-0776. All questions regarding this synopsis/solicitation must be sent in writing to gabriel.shipley@usmc.mil. Quotes can be e-mailed (preferred) to gabriel.shipley@usmc.mil; faxed to (910) 440-1130, Attn: GySgt Shipley. No special format or form is required for your quote; however, a completed copy of FAR 52.212-3 with Alt I, Representations and Certifications, must be included if not registered in the Online Representations and Certifications Application (ORCA). A copy can be found at http://www.arnet.gov/far/. Quotes are due no later than 8:00 AM, EST on Wednesday, 24 November 2010. Contracting Office Address: MARSOC Attn: G4, Contracting PSC Box 20116 Camp Lejeune, NC 28542-0116 The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper; FAR 52.204-7 Central Contractor Registration; FAR 52.211-6 Brand Name or Equal; FAR 52.212-1 Instructions to Offers--Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certificates electronically at ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision; FAR 52.212-4 Contract Terms and Conditions--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items to include (52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government; 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8 Utilization of Small Business Concerns; 52.219-23 Alternate I Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns; 52.219-28 Post Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 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; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50 Combating Trafficking in Persons; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.225-1 Buy American Act - Supplies; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration); 52.219-1 Small Business Program Representations. An offeror shall complete this provision and submit with their quote.; 52.222-22 Previous Contracts and Compliance Reports. An offeror shall complete this provision and submit with their quote.; 52.233-2 Service of Protest; FAR 52.242-13 Bankruptcy; FAR 52.247-34 FOB-Destination; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.253-1 Computer Generated Forms; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A; DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items to include (52.203-3 Gratuities; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7014 Preference for Domestic Specialty Metals; 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings; 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.227-7015 Technical Data - Commercial Items; 252.227-7037 Validation of Restrictive Markings on Technical Data; 252.232-7003 Electronic Submission of Payment Requests and 252.243-7002 Requests for Equitable Adjustment); DFARS 252.211-7003 Item Identification and Valuation; 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7031 Secondary Arab Boycott of Israel and DFARS 252.232-7010 Levies on Contract Payments; 5652.201-9002 Authorized Changes Only by Contracting Office; 5652.204-9003 Disclosure of Unclassified Information. The Offerors are required to provide their Data Universal Numbering System (DUNS) number, Commercial and Government Entity (CAGE) code and Federal Tax Identification (FTI) number with their quote. Offerors are required to be registered in the Central Contractor Registration (CCR). For more information about registering, contact CCR Regional Assistance Center 888-227-2423 or visit their website http://www.ccr.gov/. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense (DoD) web-based software application, called Wide Area Work Flow Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The website for WAWF-RA registration is https://wawf.eb.mil/. The website for WAWF-RA training is http://www.wawftraining.com/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/MARSOC/h92257-11-q-0010/listing.html)
- Place of Performance
- Address: Camp Lejeune, Camp Lejeune, North Carolina, 28455, United States
- Zip Code: 28455
- Zip Code: 28455
- Record
- SN02329869-W 20101120/101118234216-060315b9132185a6d73a54be29a3acc1 (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 |