Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
SOLICITATION NOTICE

84 -- G-1, Flyers, Jacket, Leather, Brown

Notice Date
3/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315220 — Men's and Boys' Cut and Sew Apparel Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Clothing & Textiles, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
 
ZIP Code
19111-5096
 
Solicitation Number
SPE1C1-18-Q-0194
 
Archive Date
3/16/2018
 
Point of Contact
Monique S. Porter, Phone: 2157373884
 
E-Mail Address
Monique.Porter@dla.mil
(Monique.Porter@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. Offer Due Date/Local Time: 15 March 2018 by 03:00PM Eastern Standard Time Submit quote to Monique.Porter@dla.mil. Please note: there may be a delay of receiving emails from non-Government email addresses. Please be sure to allow sufficient time for offer to be received. Any offers received after closing date and time indicated above shall not be considered for award. Solicitation Number SPE1C1-18-Q-0194 is as a Request for Quote in accordance with FAR Part 12. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97. This solicitation is as total small business set-aside. The North American Industry Classification System (NAICS) code is 315220 and the small business size standard is 750. ITEM 0001: G-1, Flyers, Jacket, Leather, Brown (Commercially Available) Quantity: 125 Unit of Issue: Each (EA) DPAS Rating: DO-C9 National Stock Numbers (NSNs), specifications and patterns for this item are not available. Production lead-time: 60 days Commercial Packaging and Labeling shall be used FOB Terms: Destination Inspection and Acceptance Terms: Destination SHIP TO ADDRESS: DSV AIR/SEA (US), INC. DSV DEFENSE WAREHOUSE 1005 W. MIDDLESEX AVENUE PORT READING, NJ 07064 MARK FOR ADDRESS: PCIH00 MUR Y/O PSO (480) AVIABAS SANTIAGO (AIR) CHILE Following are the required sizes and quantities: ITEM QTY SIZE UNIT G-1, Flyers, Jacket 15 36 EA G-1, Flyers, Jacket 15 38 EA G-1, Flyers, Jacket 20 40 EA G-1, Flyers, Jacket 20 42 EA G-1, Flyers, Jacket 20 44 EA G-1, Flyers, Jacket 20 46 EA G-1, Flyers, Jacket 10 48 EA G-1, Flyers, Jacket 5 50 EA TOTAL 125 The full text of a FAR provision or clause may be accessed electronically at www.farsite.af.mil. The following provisions will be included in the established agreements: FAR 52.212-1 - Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information and acknowledgement of all solicitation amendments. Solicitation Number SPE1C1-18-Q-0194 Time Specified for receipt of offers: Offeror's Name: Address: Telephone Number: CAGE code: ITEM 0001: G-1, Flyers, Jacket, Leather, Brown (Commercially Available) Quantity: 125 Unit of Issue: Each (EA) FOB Destination Unit Price: Total Offered Amount: Submit quote to Monique.Porter@dla.mil. Please note: there may be a delay of receiving emails from non-Government email addresses. Please be sure to allow sufficient time for offer to be received. Any offers received after closing date and time indicated above shall not be considered for award. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-2, Evaluation -- Commercial Items Evaluation will be based on the lowest priced offer technically acceptable. Technical Acceptability is being defined herein compliance with #1 & #2 below: 1. Compliance with terms and conditions of the solicitation 2. Being responsible per FAR 9.105-2 From among technically acceptable firms, the Government will then select the lowest price offeror and determine if that firm is responsible, complies with term and conditions of the solicitation and an award to that firm is in the best interest of the Government. If the firm fits these criteria, award will be made to them. If not, the Government will review each subsequent technically acceptable low priced offer until one is identified that does meet the criteria, in which case award will be made to that firm. The Government reserves the right to conduct negotiations with competitive range group of offerors from among technically acceptable firms, based on price. If negotiations are conducted, award will be made to the low priced offer that is technically acceptable, responsible and complaint with solicitation terms and conditions. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. Offerors shall submit a completed copy of the provision at 52.212-3 with its offer unless Online Reps and Certs are utilized within the System for Award Management (SAM) and are accurate, current and complete. 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 FAR 52.219-1, Small Business Program Representation FAR 52.219-26, Small Disadvantaged Business Participation Program - Incentive Subcontracting FAR 52.219-8, Utilization of Small Business Concerns FAR 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Product FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-3, Convict Labor FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Equal opportunity for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.222-40, Notification of Employee Rights under the National Labor Relations Act FAR 52.225-13, Restriction on Certain Foreign Purchases FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management FAR 52.246-2, Inspection of Supplies - Fixed Price FAR 52.246-15, Certificate of Conformance FAR 52.202-1, Definitions FAR 52.203-3, Gratuities FAR 52.203-6, Restrictions on Subcontractor Sales to the Government FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-7, System for Award Management FAR 52.209-7, Information Regarding Responsibility Matters DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.225-7000, Buy American - Balance of Payments Program Certificate DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7015, Restriction on Acquisition of Hand or Measuring Tool DFARS 252.225-7016, Restriction on the Acquisition of Ball and Roller Bearings DFARS 252.225-7027, Restriction on Contingent Fees for Foreign Military Sales DFARS 252.225-7028, Exclusionary Policies and Practices of Foreign Governments DFARS 252.225-7035, Buy American - Free Trade Agreements - Balance of Payments Certificate DFARS 252.232-7003, Electronic Submission of Payment Requests & Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.247-7023, Transportation of Supplies by Sea DFARS 252.247-7024, Notification of Transportation of Supplies by Sea 52.246-17 --Warranty of Supplies of a Noncomplex Nature (June 2003) (a) Definitions. As used in this clause-- "Acceptance" means the act of an authorized representative of the Government by which the Government assumes for itself, or as an agent of another, ownership of existing supplies, or approves specific services as partial or complete performance of the contract. "Supplies" means the end items furnished by the Contractor and related services required under the contract. The word does not include "data." (b) Contractor's obligations. (1) Notwithstanding inspection and acceptance by the Government of supplies furnished under this contract, or any condition of this contract concerning the conclusiveness thereof, the Contractor warrants that for 12 month period. (i) All supplies furnished under this contract will be free from defects in material or workmanship and will conform with all requirements of this contract; and (ii) The preservation, packaging, packing, and marking, and the preparation for, and method of, shipment of such supplies will conform with the requirements of this contract. (2) When return, correction, or replacement is required, transportation charges and responsibility for the supplies while in transit shall be borne by the Contractor. However, the Contractor's liability for the transportation charges shall not exceed an amount equal to the cost of transportation by the usual commercial method of shipment between the place of delivery specified in this contract and the Contractor's plant, and return. (3) Any supplies or parts thereof, corrected or furnished in replacement under this clause, shall also be subject to the terms of this clause to the same extent as supplies initially delivered. The warranty, with respect to supplies or parts thereof, shall be equal in duration to that in paragraph (b)(1) of this clause and shall run from the date of delivery of the corrected or replaced supplies. (4) All implied warranties of merchantability and "fitness for a particular purpose" are excluded from any obligation contained in this contract. (c) Remedies available to the Government. (1) The Contracting Officer shall give written notice to the Contractor of any breach of warranties in paragraph (b)(1) of this clause within 45 days. (2) Within a reasonable time after the notice, the Contracting Officer may either -- (i) Require, by written notice, the prompt correction or replacement of any supplies or parts thereof (including preservation, packaging, packing, and marking) that do not conform with the requirements of this contract within the meaning of paragraph (b)(1) of this clause; or (ii) Retain such supplies and reduce the contract price by an amount equitable under the circumstances. (3) (i) If the contract provides for inspection of supplies by sampling procedures, conformance of supplies or components subject to warranty action shall be determined by the applicable sampling procedures in the contract. The Contracting Officer -- (A) May, for sampling purposes, group any supplies delivered under this contract; (B) Shall require the size of the sample to be that required by sampling procedures specified in the contract for the quantity of supplies on which warranty action is proposed; (C) May project warranty sampling results over supplies in the same shipment or other supplies contained in other shipments even though all of such supplies are not present at the point of reinspection; provided, that the supplies remaining are reasonably representative of the quantity on which warranty action is proposed; and (D) Need not use the same lot size as on original inspection or reconstitute the original inspection lots. (ii) Within a reasonable time after notice of any breach of the warranties specified in paragraph (b)(1) of this clause, the Contracting Officer may exercise one or more of the following options: (A) Require an equitable adjustment in the contract price for any group of supplies. (B) Screen the supplies grouped for warranty action under this clause at the Contractor's expense and return all nonconforming supplies to the Contractor for correction or replacement. (C) Require the Contractor to screen the supplies at locations designated by the Government within the contiguous United States and to correct or replace all nonconforming supplies. (D) Return the supplies grouped for warranty action under this clause to the Contractor (irrespective of the f.o.b. point or the point of acceptance) for screening and correction or replacement. (4) (i) The Contracting Officer may, by contract or otherwise, correct or replace the nonconforming supplies with similar supplies from another source and charge to the Contractor the cost occasioned to the Government thereby if the Contractor -- (A) Fails to make redelivery of the corrected or replaced supplies within the time established for their return; or (B) Fails either to accept return of the nonconforming supplies or fails to make progress after their return to correct or replace them so as to endanger performance of the delivery schedule, and in either of these circumstances does not cure such failure within a period of 10 days (or such longer period as the Contracting Officer may authorize in writing) after receipt of notice from the Contracting Officer specifying such failure. (ii) Instead of correction or replacement by the Government, the Contracting Officer may require an equitable adjustment of the contract price. In addition, if the Contractor fails to furnish timely disposition instructions, the Contracting Officer may dispose of the nonconforming supplies for the Contractor's account in a reasonable manner. The Government is entitled to reimbursement from the Contractor, or from the proceeds of such disposal, for the reasonable expenses of the care and disposition of the nonconforming supplies, as well as for excess costs incurred or to be incurred. (5) The rights and remedies of the Government provided in this clause are in addition to and do not limit any rights afforded to the Government by any other clause of this contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-C/SPE1C1-18-Q-0194/listing.html)
 
Place of Performance
Address: 700 Robbins Ave, Philadelphia, Pennsylvania, 19111, United States
Zip Code: 19111
 
Record
SN04850824-W 20180314/180312231035-e8a9f12a2b3ef9c2b59c305708ba5e6f (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  © 1994-2020, Loren Data Corp.