Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
MODIFICATION

84 -- Cold Temperature and Artic Protective System (CTAPS) - Amendment 0004

Notice Date
9/13/2018
 
Notice Type
Modification/Amendment
 
NAICS
315280 — Other Cut and Sew Apparel Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), 10 General Green Avenue, Building 1, Natick, Massachusetts, 01760-5011, United States
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY18R0034
 
Point of Contact
Kimberly B. Pumyea, Phone: 5082335167
 
E-Mail Address
kimberly.b.pumyea.civ@mail.mil
(kimberly.b.pumyea.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 7 Component List Attachment 6 3D Base Layer Undershirt & Drawer Drawing Attachment 2 Fabrics Revised Amendment 0004 Amendment 0004 Updates: Revision to Attachment 2 Fabrics Added Attachment 6 and Attachment 7 Answer Technical Questions Proposal due date extended until Wednesday Sept. 19, 2018 at 9am Eastern Time. NOTE: no more vendor questions may be submitted. Send quotes to: kimberly.b.pumyea.civ@mail.mil Combined Synopsis/Solicitation W911QY18R0034 For Cold Temperature and Artic Protective System (CTAPS) Project 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Proposal (RFP); solicitation number is W911QY18R0034. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95, effective August 31, 2018. The US Army Natick Soldier Research, Development & Engineering Center (NSRDEC) plans to award a single fixed priced contract to one innovative clothing design/cut/ sew supplier to produce 84 wet weather experimental jacket and trouser in six (6) sizes, 78 Extreme Cold Experimental Parka and Trousers in four (4) sizes, and 100 Superfine Knit Shirts and Trousers in six (6) sizes, all with a delivery date no later than 21 Dec 18 for a Winter 18-19 limited field user evaluation. This is a total small business set-aside using Simplified Acquisition Procedures IAW Federal Acquisition Regulation (FAR) Part 13 under NAICS code 315280 - Other Cut and Sew Apparel Manufacturing. The small business size standard is 750 employees. DESCRIPTION OF REQUIREMENT: 1. The Contractor shall perform a pattern review and design review, and produce mock-up samples, pre-production samples, and prototypes as further described Attachment 1 Supply Requirement, and in accordance with the component lists and fabric lists provided in Attachment 2 Fabrics. 2. Additional terms and conditions are contained in the clauses incorporated by reference or by full text in Attachment 5 Solicitation Clauses. 3. Contract Line Items will be as follows: 0001 - Wet Weather Experimental Jackets and Trousers; Quantity 84; 0002 - Extreme Cold Experimental Parka and Trousers; Quantity 78; 0003 - Superfine Knit Shirts and Trousers; Quantity 100; Delivery: 21, December 2018, f.o.b. Natick, MA. 4. The intention of the Government is to award a single fixed priced contract to one innovative clothing design/cut/ sew supplier that demonstrates a capability to required supplies. The Government reserves the right to award additional contracts, or to award no contracts from this combined synopsis/solicitation as determined to be in the Government's best interest. SUBMISSION REQUIREMENTS: The Government will evaluate all submitted responses in accordance with the submission and evaluation criteria described herein. Proposals should be prepared simply and provide concise description of capabilities to satisfactorily perform all requirements. Proposals shall include: 1. A narrative, limited to 10 pages, explaining your ability to perform the work described in Attachment 1 Supply Requirement. 2. Three (3) current or past performance references for related requirements within the last five (5) years to include: (1) Contract number, title, and brief description; (2) Name, e-mail address, and telephone number of requiring activity POC; (3) Name, e-mail address, and telephone number of the Government Contracting Officer; (4) Contract type and Period of performance; (5) Awarded price/cost and Final, or projected final, price/cost. 3. A unit price for production of the Experimental Jackets and Trousers in accordance with Attachment 1 Supply Requirement. 4. Completed and signed representations and certifications in accordance with Attachment 3 52.212-3 Reps & Certs. 5. As prescribed in DFARS 252.204-7004 Alt A, any Offeror that submits a quote in response to this solicitation must be registered with System for Award Management (SAM) in accordance with FAR Clause 52.232-33 and DFARS Clause and 252.204-7004 Alt A, prior to contract award. Registration information can be found at: https://www.sam.gov/portal/public/SAM. Representations and certifications must also be on record. Interested parties must also be current with VETS-4212 filings (see FAR 22.13). Contractors are encouraged to complete SAM registration and VETS-4212 filings as soon as possible; the Government may not delay award for the purpose of allowing a contractor time to register in SAM or file their VETS-4212. The responses to this solicitation/synopsis shall be submitted VIA E-MAIL ONLY. Ensure that the e-mail is clearly marked to indicate its contents, the solicitation number, and the identity of the firm submitting. Proposals may be submitted in Word or PDF format only. Do not include links to websites in lieu of incorporating information into your proposal. EVALUATION CRITERIA: BASIS FOR AWARD: Award will be made to the responsible vendor whose offer represents best value to the Government. The Government intends to evaluate proposals and award a contract without discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Factors that shall be used to determine best value, in order of importance are as follows: Technical Capability, Current or Past Performance, and Price. Factors Technical Capability and Current or Past Performance when combined are more important than Price. These factors are further described below: 1. Technical Capability: The Offeror must be able to demonstrate the ability to perform the tasks described in Attachment 1 Supply Requirement while meeting the required delivery date of 21, December 2018. 2. Current or Past Performance: The Government will evaluate the Offeror's record of current or past performance in work relevant to the type called for in the Supply Requirement. Offerors are advised that, in addition to the Current or Past Performance information requested in the Submission Requirements above, the Government may obtain Current or Past Performance information from interviews/questionnaires tailored to the circumstances of this acquisition and/or any other sources available to the Government, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other databases; interviews with Program Managers, Contracting Officers, and Fee Determining Officials; and the Defense Contract Management Agency. The Offeror shall request that each of these three (3) recent and relevant current or past performance points of contact (POC) complete a Past Performance Risk Assessment Questionnaire. See Attachment 4 Past Performance Questionnaires. 3. Price: The Government will evaluate the pricing proposed by the Offeror for fairness and reasonableness based upon comparative pricing received from other offerors and upon the Government's knowledge of and previous experience with these products, to include comparisons with available GSA Schedule pricing for similar products. The Contracting Officer may only award a contract to a responsible vendor whose proposal conforms to this combined synopsis/solicitation and offers the best overall value to the Government. Any Offeror's proposal that merely offers to perform work according to the terms of the RFP or fails to present more than a statement indicating its capability to comply with the terms without support and elaboration as specified in the instructions will be rendered non-responsive. CLAUSES AND PROVISIONS: See Attachment 5 Solicitation Clauses SOLICITATION ATTACHMENTS: Attachment 1 Supply Requirement Attachment 2 Fabrics Attachment 3 52.212-3 Reps & Certs Attachment 4 Past Performance Questionnaires Attachment 5 Solicitation Clauses SUBMISSION OF PROPOSALS: Proposals shall be submitted electronically to Kim Pumyea at the Natick Contracting Division kimberly.b.pumyea.civ@mail.mil. All proposals shall be submitted by September 17, 2108 by 5:00 Eastern Time. Proposals will only be accepted electronically via the e-mail address provided above. It is the Offeror's responsibility to confirm that their proposal submission has been received. QUESTIONS: Questions regarding this acquisition may contact Kim Pumyea above listed email address. Questions must be received no later than three (3) business days prior to date for receipt of proposals.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/379be55096e8da6073f059ca2468ac61)
 
Record
SN05086994-W 20180915/180913230936-379be55096e8da6073f059ca2468ac61 (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.