Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2015 FBO #5017
MODIFICATION

84 -- MCoE Ranger IMSO ACU's and Accessories

Notice Date
8/17/2015
 
Notice Type
Modification/Amendment
 
Contracting Office
6650 building 6, Fort Benning, GA 31906
 
ZIP Code
31906
 
Solicitation Number
0010652310
 
Response Due
8/20/2015
 
Archive Date
2/16/2016
 
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
AMENDMENT NOTICE: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 0010652310 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 2005-83-2. The associated North American Industrial Classification System (NAICS) code for this procurement is 315990 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 2015-08-20 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Benning, GA 31905 The MICC Fort Benning requires the following items, Meet or Exceed, to the following: LI 001: Information CLIN: This requirement is to support international troops who are not familiar with the US clothing size and measurements. Must be within a 30 minute drive from Fort Benning, GA to provide readily available services such as name tapes with appropriate names of trainees and country, uniform and boots measuring, and sewing services to include delivery/accessibility of items and equipments. Delivery dates, quantity and size will be determined by the international troops arrival to Fort Benning, GA. This contract will expire 30 September 2016 or depletion of all quantities mentioned in the solicitation. Any excess quantities not utilized will be deleted from the contract at no cost to the government., 1, EA; LI 002: ACU TOP. Army Combat Uniform (ACU) Shirt ACU Shirts to be purchased in the following sizes: Small Short(SS), Small Regular (SR), Small Long(SL), Medium Short(MS), Medium Regular(MR), Medium Long(ML), Large Short(LS),Large Regular (LR), Large Long (LL). ACU Shirts size will be establish at a later date. ACU Shirts will be used for students attending Ranger School. ACU Shirt will feature the universal camouflage pattern developed to blend with every environment. Machine washable, wrinkle-free,and wind resistant. 50/50 NYCO Ripstop. Made in the USA to military specs by government contractors. Descrip. Mandarin collar, Zip front w/secondary hook & loop closure, Loop fastener square for rank insignia on front center flap, Loop fastener strip for name and US Army tape above each chest pocket, Shoulder pockets with loop fastener for patches and recognition devices, Reinforced elbows with opening for inserts, Adjustable sleeve cuffs with hook & loop closure tabs, Bi-swing bellowed back for increased upper body movement, 4 pockets (2 angled chest and 2 sleeve pockets with hook & loop closure, 3 pen pocket on left sleeve, Integrated IFF (Identification Friend or Foe) cover on both shoulder pocket flaps for infrared squares. 6 PER International Militray Student (IMS., 516, LOT; LI 003: ACU BOTTOM. Army Combat Uniform (ACU) Pants ACU Pants to be purchased in the following sizes: Small Short(SS), Small Regular (SR), Small Long(SL), Medium Short(MS),Medium Regular(MR), Medium Long(ML), Large Short(LS), Large Regular (LR),Large Long(LL). ACU Pants size will be established at a later date. Authentic ACU Pants feature the universal camouflage pattern developed to blend with every environment. Machine washable, wrinkle-free, and wind resistant. 50/50 NYCO Ripstop. Made in the USA to military specs by government contractors. Waistband with belt loops and internal drawstring adjustment, covered button fly, reinforced seat, reinforced knees with opening for inserts, drawstring leg cuff, 8 pockets,inseam: 29# - 32". 6 PER IMS, 516, LOT; LI 004: CAP, ACU. Army Combat Uniform (ACU) Caps ACU Caps size will be establish at a later date. (2 per IMS with cat eyes)., 172, LOT; LI 005: BOOTS. Boots, Hot Weather Desert (All Boots IAW AR 670-1 WITH NO BUCKLES)Boots size will be establish at a later date. Must be able to provide some of the items by 3 October 2014 and the others at a later date to be determined. (2 pair per IMS)., 172, LOT; LI 006: UNIFORM ACCESSORY KIT. Uniform Accessory Kit consists of: (1) T-Shirt: S/S; ACU tan or ACU green; cotton loose fitting; sizes: S, M, L, XL, 2X. (8 PER IMS) (2) Socks: cushion sole wool blend military black,tan, or green - non waterproof (8 PER IMS) (3)Belt: tan non-elastic(RiggerStyle) (2 per IMS) (4) Name-Tape, Cloth (Sew on, no velcro) X 4, Name tape with Velco X 4, and country name tape X 4 with velco. (5) Bootlaces (2 per IMS), 86, LOT; LI 007: COLD WEATHER KIT. Cold Weather Kits consist of: (1) Boots, Cold Weather (All Boots IAW AR 670-1 WITH NO BUCKLES) (1 Per IMS) (2) Undershirt, Cold Weather: Military issue poly-pro or Gen III, level 2 tops (2 per IMS) (3) Drawers, Cold Weather: Military issue poly-pro or Gen III, level 2 bottoms (2 per IMS) (4) Neck Gator, Brown or Tan (NO BLACK) QTY (1 per IMS) (5) Gloves, Leather, Black (1 per IMS) (6) Inserts, Gloves, (1 per IMS Cold, Foliage. 2 Tops level 1 and 2 Bottom level 1(silk weights) Green (2 per IMS), 86, LOT; LI 008: BATH KIT. Bath Kit consists of: (1) Towel, large (1) (green or brown) (2 per IMS) (2) Towel, wash cloth (green or brown) (2 per IMS), 86, LOT; LI 009: MISCELLANEOUS SUPPLIES KIT. Miscellaneous Supplies Kit consists of: (1) Weapons Cleaning Kit, Small Arms with the following items: 1 cleaning rod handle, 4 cleaning rods, 1 eyelet, 1 bore brush, 1 chamber brush, 1 two ended tooth brush, 1 pack of chamber patches, 1 small bottle of CLP ??(1 per IMS) (2) Nylon Cord (550 type) ( 1 per IMS) (3) Notebook, pocket size (3 per IMS) (3) Protractor (2 per IMS) (4) Sewing Kit ( 1 per IMS) (5) Combination Lock ( 2 per IMS) (6) ID tags (1 per IMS) (7)Breakaway Chain w/Medical Alert Tags or Bracelet (2 per IMS) (8) Watch cap; green micro fleece (2 per IMS) (9) Whistle, OD (1 per IMS) (10)Eye Protection ( 2 per IMS) (11)Belt, reflective (High Vis Yellow) (1 per IMS)12)Camelback/MOLLE hydration system 70-100oz (1 per IMS) (13)Luminous tape 1"x6" strip (1 per IMS) (14)Mouth Piece (1 per IMS), 86, LOT; LI 010: Light Kit consists of: (1) Headlamp (1 per IMS) (2) Batteries, AA and/or AAA cell (for flashlights) ( 2 per IMS) (3) L-shape flash light (1 per IMS) (4) AA style With red lens. (2 per IMS), 86, LOT; 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 Benning 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 Benning 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. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this aquisition. The selected Offeror must comply with the following commercial item terms and conditions: FAR 52.209-5, Certification Regarding Responsibility Matters and FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 Item Identification and Valuation (JUN 2005); 252.246-7000 Material Inspection and receiving Report This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be valid for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order Payment terms shall be net 30 unless otherwise agreed to by MICC Fort Benning. In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL Submission of Offers in the English Language The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, considering price alone. Award for All or None. The Government intends to award one (1) purchase order as a result of this solicitation. Offers received for less than the stated number if items listed in the solicitation will be considered ineligible for award. Effective 1 October 2014, all personnel requiring access to the installation shall possess either a Common Access Card (CAC), Military ID or Individual temporary pass issued by the Fort Benning Directorate of Emergency Services (DES) pursuant to Army Directive 2014-05, Policy and Implementation Procedures for Common Access Card Credentialing and Installation Access for Un-cleared Contractors. "Pursuant to FAR Part 9, the Contracting Officer is required to make a determination regarding the responsibility of the proposed awardee. Following receipt of offers, the Contracting Officer or Specialist will send a form, designed to elicit financial information from an offeror's financial institution, to those offerors having a reasonable chance at receiving the award under this solicitation. You should forward that form to your financial institution and have the financial institution complete and send it directly to the Contract Specialist. For sections 2 and 4 on the document, the financial institution may answer with high, medium or low or they can answer with a numerical amount. The form must be returned to the MICC within three (3) business days. In the absence of this information, the Contracting Officer will have no choice except to find your company "not responsible," a finding which will make you ineligible for award." This subpart prescribes policies, standards, and procedures for determining whether prospective contractors and subcontractors are responsible. Inspection of Supplies -- Fixed-Price (Aug. 1996) As prescribed in 52.107(f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the contracting officer shall insert ?(Deviation)? after the date of the clause. Contractor Use of Mandatory Sources of Supply or Services (May 2014) (a) Certain supplies or services to be provided under this contract for use by the Government are required by law to be obtained from nonprofit agencies participating in the program operated by the Committee for Purchase from People Who Are Blind or Severely Disabled (the Committee) under 41 U.S.C. 8504. Additionally, certain of these supplies are available from the Defense Logistics Agency (DLA), the General Services Administration (GSA), or the Department of Veterans Affairs (VA). The Contractor shall obtain mandatory supplies or services to be provided for Government use under this contract from the specific sources indicated in the contract schedule. (b) The Contractor shall immediately notify the Contracting Officer if a mandatory source is unable to provide the supplies or services by the time required, or if the quality of supplies or services provided by the mandatory source is unsatisfactory. The Contractor shall not purchase the supplies or services from other sources until the Contracting Officer has notified the Contractor that the Committee or an AbilityOne central nonprofit agency has authorized purchase from other sources. (c) Price and delivery information for the mandatory supplies is available from the Contracting Officer for the supplies obtained through the DLA/GSA/VA distribution facilities. For mandatory supplies or services that are not available from DLA/GSA/VA, price and delivery information is available from the appropriate central nonprofit agency. Payments shall be made directly to the source making delivery. Points of contact for AbilityOne central nonprofit agencies are: (1) National Industries for the Blind (NIB) 1310 Braddock Place Alexandria, VA 22314-1691 (703) 310-0500; and (2) NISH 8401 Old Courthouse Road Vienna, VA 22182 (571) 226-4660 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (NOV 2013)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b09c0897124d863b718ea6bb88d23688)
 
Place of Performance
Address: Fort Benning, GA 31905
Zip Code: 31905-4493
 
Record
SN03842212-W 20150819/150817235529-b09c0897124d863b718ea6bb88d23688 (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.