Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2014 FBO #4536
SOLICITATION NOTICE

84 -- Security Guard Uniforms

Notice Date
4/24/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1001 761st Tank Bat, Fort Hood, TX 76541
 
ZIP Code
76541
 
Solicitation Number
W91151-14-T-0633
 
Response Due
5/1/2014
 
Archive Date
10/28/2014
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is W91151-14-T-0633 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-72. The associated North American Industrial Classification System (NAICS) code for this procurement is 315190 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-05-01 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The MICC Fort Hood requires the following items, Brand Name or Equal, to the following: LI 001: BLACK LEATHER PADDLE HOLSTER FOR 92F Black Leather Paddle Holster for 92F. Boston Leather 5120, 5, EA; LI 002: BELT KEEPERS GOLD SNAPS BLACK LEATHER Belt Keepers gold snaps black leather. Boston Leather B76, 40, EA; LI 003: POLICE JCKT W/ZIP OUT LINER & PULL OUT Black in color 3-1 jacket with pull out panels. Price includes embroidery and reflective screening. Size: 2XL-5XL. Mocean 2059A w/6551M liner, 3, EA; LI 004: POINTBLANK BODY ARMOR Hi-Lite IIIA NIJ 06 with TWO carriers and 5x8 soft insert, Up to Size 59. Point Blank #KXP111A-4-2, 3, EA; LI 005: 2 1/4" BELT KEEPERS SET OF 4 2 1/4" Belt Keepers set of 4. Uncle Mikes #8865-2, 35, EA; LI 006: CORDURA STINGER XT LIGHT CASE Cordura Stinger XT Light Case. Uncle Mikes #8818-4, 20, EA; LI 007: POLICE BOOT Boot, Black, Leather and Nylon, Shock Mitigation System, Phylon comfort midsole, USA Leather, Drilex lining, Oil & slip resistant outsole, Hidden side pocket, Sizes: 4-12, 13, 14, 15 REGULAR WIDTH 7-12, 13 WIDE WIDTH. 6" or 8 " COLOR: Black. Thorogood #834-6086 and 834-6087, 23, EA; LI 008: DUTY BELT 2092 OPTION FIRE: Black Velcro Inner Belt. Boston Leather #6530, 23, EA; LI 009: DRESS BELTS FIRE: Black Garrison Belt (Dress). Boston Leather #6505, 23, EA; LI 010: SHIRTS SSLV POLO SM-XL TALLS DES: Knit Polo SSLV. COLORS: Various colors w/custom embroidery. Dri-X-treme, gusseted sleeves, 7.6 oz 66% cotton/34% poly blend. SIZES SM to XL. Custom fitted to each officer. Mocean #0352, 34, EA; LI 011: FLAG PATCHES Cloth Garrison Reverse American Flag Patch. IAW The Institute of Heraldry (TIOH) authorized manufacturers. Hallmark Emblems, 250, EA; LI 012: BADGES Department of the Army Guard Supervisor's Badge. Cloth GOLD Thread 200pcs. Combined Or more. Hallmark Emblems, 100, EA; LI 013: BADGES Department of the Army Guard Badge. Cloth SILVER Thread 200pcs. Combined Or more. Hallmark Emblems, 200, EA; LI 014: METAL RANKS Metal Pin-on Capt. collar ranks: Gold in color. V.H. Blackinton #A1975, 5, Pair; LI 015: METAL RANKS Metal Pin-on LT collar ranks: Gold in color. V.H. Blackinton #A1973, 15, Pair; LI 016: METAL RANKS Metal Pin-on: Rank: Color: Gold Chief Rank V.H. Blackinton #A7511, 5, Pair; LI 017: NAME PLATES Metal name plates, 1/2"H x 2 1/4"L, engraved with the officer's first, middle initials and last name. COLORS: Silver or Gold. V.H. Blackinton #J-1, 23, EA; LI 018: GUARD METAL BADGE Hi Glo GOLD for Captain. V.H. Blackinton #B899-H, 1, EA; LI 019: GUARD METAL BADGE Hi Glo GOLD for Chief. V.H. Blackinton #B899-H, 1, EA; LI 020: KNIT CAP Black knit cap w/Mini department patch applied. Bayside #3825, 23, EA; LI 021: TROOP CAP Dark Navy Waterproof, windproof breathable Gore-Tex fabric. Bayly #9917, 20, EA; LI 022: BDU PANTS SM-1XL BDU Pants, Navy Blue, 65% Polyester, 35% Cotton Ripstop, Sewn to military specification MIL-T-44047E, Six pockets, four with button flaps, Fused pocket flaps, Four button fly, Double-reinforced seat and knee, Adjustable waist tab with 4 bar tacks. SIZES: SM-1XL. COLOR: Navy Blue. Pro-Tuff #PP04-1805, 23, EA; LI 023: BDU TOPS SM-1XL BDU 2-Pocket Shirt, Navy Blue, 65% Polyester, 35% Cotton Ripstop, Long sleeve battle dress 2 pocket shirt, Bellows pockets with drain holes, Fused pocket flaps and collar, Double-reinforced elbows, Button down shoulder Epaulets, Felled side seam and sleeves, Adjustable sleeve buttons, Up to 5 Emblems applied, Name tapes applied above pockets, SIZES: SM to 1XL. COLOR: Navy Blue. Pro-Tuff #PS02-1805, 23, EA; LI 024: DUTY PANTS Pants; 65% polyester/35% cotton; wrinkle resistance with a soil release finish; Pocketing: 70/30 polyester/cotton twill, not less than 3.0 oz. sq. yd; Interlining: polyester non-woven. Binding: polyester/cotton bias cut. Waistband: polyester, spandex, nylon blend with double strip of silicone shirt grip. Stretch edge control. Fly zipper: nylon coil, size #5, auto-lock slider. Side Pocket Zipper: nylon coil, size #5. Hook and eyes: nickel-plated. Buttons: melamine, 22 ligne, matching shell fabric. Front quarter pockets, double section-side pockets, and inverted double cord hip pockets with button tabs. All pocket secured with bartacks. Stretch waistband with fly tab. Interlined wide belt loops inserted in bottom of waistband an tacked at top. Double hook and eye closure. Quarter linings in front quarters. Outlets in waistband (back) and thigh inseam. Tandem needle seat seam. Seat, inseam, and out seams pressed open. 10-12 stitches per inch (all seams). Permanent silicone adhesive creases, front and back. Custom fitted and all patches sewn on. SIZES: Depending on the officer's waist. COLOR: Navy Blue. Southeastern #3041, 92, EA; LI 025: LONG SLEEVE DUTY SHIRTS SM-XL long Sleeve Shirt, 65% polyester/35% cotton blend; 5 crease military style w/sewn in creases; pleated pockets w/scalloped flaps, pencil opening, hook and loop closure, epaulets, badge eyelets with internal support straps, extra long shirt tails, zippered front. Custom fitted and all patches sewn on. :r: SIZES: SM-XL. COLOR: Navy Blue. Southeastern #3131, 23, EA; LI 026: SHORT SLEEVE DUTY SHIRTS SM-XL Short Sleeve Shirt, 65% polyester/35% cotton blend; 5 crease military style w/sewn in creases; pleated pockets w/scalloped flaps, pencil opening, hook and loop closure, epaulets, badge eyelets with internal support straps, extra long shirt tails, zippered front. Custom fitted and all patches sewn on. SIZES: SM-XL. COLOR: Navy Blue. Southeastern #3231, 69, EA; LI 027: MAGAZINE AND CUFF CASE HOLDER BLACK Magazine and Cuff Case Holder black leather. Gould & Goodrich, inc. B533, 5, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Hood intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Hood is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In responding to this request for quote, you must provide the manufacturer's name and part numbers AND salient characteristics of the items you are proposing to sell to the Government. Regardless of the terminology used in each RFQ ("Brand Name or Equal", or "meet minimum stated specifications), the information describing what you are offering must be physically written into the seller's bid specification block. Salient characteristics are defined as "pronounced features of an item that identify it describe its size and composition, functional intent, and/or operational capabilities or limits." When researching product capabilities, you must, as a minimum, respond with feature for feature comparisons in order for your product to be technically evaluated for sufficiency. Responses such as "bidding exact match", "as specified", or cutting and pasting the Government's specification information into the seller's bid specification block are not acceptable responses. Offerors who respond in any of the three examples directly above will be eliminated from the competition without consideration of their offer. If you are bidding the same product as is being requested, your seller bid specification should indicate: "Bidding on Manufacturer (Insert Name) and Part Number (Insert Number). If you are bidding on an "or equal" product, your seller bid specification must state: Bidding on Manufacturer (Insert Name) and Part Number (Insert Number), containing the following salient characteristics (insert salient characteristics). If your response does not contain all of the required information called out in this notice, your quote will be determined nonresponsive and will not be considered for award. The apparent awardee shall acknowledge acceptance of any and all re-postings (amendments), in writing, prior to any award resulting from this solicitation. The applicable NAICS code for this procurement is 315210 with the related size standard of 500 employees. The NAICS code identified herein must appear in FAR 52.212-3 "Offeror Representations and Certifications" in SAM and the vendor must be actively registered in that NAICS Prior to Award to be considered for any resulting contract. Failure to be properly registered at the time and date of award may render the quote non-responsive. Fedbid is a mechanism used by this office to solicit for common use commercial items in accordance with FAR 13.5. Fedbid is NOT a forum for filing protests against the Government. Attempts to file protests through Fedbid will not be considered legitimate as they do not conform to the requirements in the Federal Acquisition Regulation (FAR). It is preferable that disputes and protests be resolved as quickly as possible at the lowest level possible before considering the more formal process described below. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC, as an Alternate Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. The address for filing a protest directly with AMC is: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil. Packages sent Federal Express or UPS should be addressed to: HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 Ft Belvoir, VA 22060-5527. The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the HQ, AMC to obtain the AMC-Level Protest procedures. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-2, Evaluation- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation; e.g., if a line item on the contract reads - Computer, 10 each, the contractor shall NOT ship 3 computers on one shipment and 7 computers on a second shipment. Failure to adhere to this requirement will result in invoices being rejected in WAWF and/or a delay in payment for non-conforming shipped quantities. SAM Requirement - Company must be registered on System for Award Management (SAM) before an award could be made to them. If company is not registered in SAM, they may do so by going to SAM web site at http://www.sam.gov Proposed responders must submit any questions concerning this solicitation before 22 April 2014, 02:00 PM CST, to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered. New equipment ONLY, NO remanufactured products FOB Destination CONUS (CONtinental U.S.) Bid MUST be good for 120 days, after submission. No partial bids will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ef39c0fc0953c702fd94c9fa70890699)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN03347895-W 20140426/140424235050-ef39c0fc0953c702fd94c9fa70890699 (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.