Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2012 FBO #3809
SOLICITATION NOTICE

84 -- PROMOTIONAL SHIRTS, JACKETS, T-SHIRTS - ITEM DESCRIPTIONS

Notice Date
4/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315999 — Other Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
 
ZIP Code
43218-3990
 
Solicitation Number
SPEYM1-12-Q-0135
 
Archive Date
5/19/2012
 
Point of Contact
Sandra P Bishop, Phone: 7573968007, Bonnie Kae Parker, Phone: 7573960282
 
E-Mail Address
sandra.bishop@dla.mil, bonnie.parker@dla.mil
(sandra.bishop@dla.mil, bonnie.parker@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NNSY LOGO ITEM DESCRIPTIONS This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS. The RFQ number is SPEYM1-12-Q-0135. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-55 and DFARS Change Notice 20111220. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index/htm. The NAICS code is 315999 and the Small Business Standard is 500 employees. This requirement will be competed as a 100% small business set aside. Defense Logistics Agency, Maritime Norfolk, Contracting Division located at the Norfolk Naval Shipyard, Portsmouth, VA requests responses from qualified sources for: See below for ordering data and salient characteristics: Vendors will need to provide a copies of quoted items along with quotation package. SEE ATTACHED SPREADSHEET Certificate of Compliance Clause Required Delivery is FOB Destination, Norfolk Naval Shipyard, Portsmouth, VA 23709, 30 days or sooner after receipt of order. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Final inspection and acceptance shall occur at destination. The following FAR provision and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 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 including 52.204.10 Reporting Executive Compensation and First-Tier Subcontract Awards. 52.219-4 Notice of Price Evaluation Preference for HUBZone Small 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; 52.222-36 Affirmative Action for Workers with Disabilities; 52.225-13 Restrictions on Certain Foreign Purchases; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.232-33, Payment by Electronic Funds Transfer --Central Contractor Registration; 52.252-1 Solicitation Provisions Incorporated by Reference. 52.252-5 Authorized Deviations in Provisions. 52.215-6 Authorized Deviations in Clauses. 52.247-34,F.O.B - Destination. Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFAR 252.204-7003, Control of Government Personnel Work Product. DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including DFARS 252.225-7000, Buy American Act-Balance of Payment Program Certificate; DFARs 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.225-7036 Buy American Act--Free Trade Agreements-- Balance of Payments Program, and ALT I. DFARS 252.232-7003 Electronic Submission of payment requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.204-7004 and its ALT I; Required Central Contractor Registration; DFARS 252.211-7003 Item Identification and Valuation. All clauses shall be incorporated by reference into any eventual purchase order. DFARS 252.225-7035 Buy American Act-Free Trade Agreements Balance of Payments Programs Certificate. All clauses shall be incorporated by reference into any eventual purchased order. At a minimum, responsible sources shall provide the following: a price proposal on letterhead which for each of the requested items, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Any questions with regard to this requirement shall be addresses to the Purchasing Agent/Contract Specialist identified elsewhere on the solicitation/award document. This announcement will close at 11:00 a.m. on 04 May 2012. Contact Sandra P Bishop who can be reached at 757-396-8007 or email Sandra.Bishop@dla.mil, fax 757-396-9895. Oral communications are not acceptable in response to this notice.] All responsible sources may submit a quote which shall be considered by the agency. [Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, delivery, Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. SUP 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008) (SUPPLIES) (a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF): (1) The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. Additional support can be obtained by calling the NAVY WAWF Assistance Line: 1-800-559-WAWF (9293). (2) WAWF Vendor "Quick Reference" Guides are located at the following web site: http://www.acquisition.navy.mil/navyaos/content/view/full/3521. (3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, receiving reports etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for each file is not to exceed 2MB. Multiple attachments are allowed. (b) The following information, regarding invoice routing DODAAC's, must be entered for completion of the invoice in WAWF: Routing Table Contracting Officer Notes WAWF Invoice Type COMBO Contract Number SPEYM1-12-M- Delivery Order Number Issuing Office DODAAC SPEYM1 Admin Office DODAAC SPEYM1 Inspector DODAAC (usually only used when Inspector & Acceptor are different people) N42158 Ship To DoDAAC (for Combo), Service Acceptor DODAAC (for 2 in 1),Service Approver DODAAC (Cost Voucher) N42158 Acceptance At Other Local Processing Office (Certifier) DCAA Office DODAAC (Used on Cost Voucher's only) Paying Office DODAAC SL4701 Acceptor/COR Email Address WAWF HELP DESK FOR PASSWORD AND SYSTEM ISSUES: 1-866-618-5988 Defense Logistics Agency (DLA) WAWF Helpdesk: WAWF@DLA.MIL (c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Vendors MUST still provide a copy of the invoice and any applicable documentation that supports payment to the Acceptor/Contracting Officer's Representative (COR) if applicable. Additionally, a copy of the invoice(s) and attachment(s) at time of submission in WAWF must also be provided to each point of contact identified in section (d) of this clause by email. If the invoice and/or receiving report are delivered in the email as an attachment it must be provided as a.PDF, Microsoft Office product or other mutually agreed upon form between the Contracting Officer and vendor. (d) For each invoice / cost voucher submitted for payment, the contractor shall include the following email addresses for the WAWF automated invoice notification to the following points of contact: Name Email Phone Role (4) Delivery: Supplier delivery past performance is classified in PPIRS-SR by the supplier's percentage of on time deliveries. On time deliveries are calculated using the number of line items delivered and a weighting factor which reflects the length of time a delivery was overdue. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPEYM1-12-Q-0135/listing.html)
 
Place of Performance
Address: NNSY, PORTSMOUTH, Virginia, 23709, United States
Zip Code: 23709
 
Record
SN02733966-W 20120429/120428000315-5c96928ad328788eefef48a8d1917f1b (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.