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
SOLICITATION NOTICE

84 -- Uniforms - J and A-Brand Name

Notice Date
9/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315990 — Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-MD, 7701 N. Stemmons, Dallas, Texas, 75247, United States
 
ZIP Code
75247
 
Solicitation Number
192118VHQ4SRT0064
 
Archive Date
10/11/2018
 
Point of Contact
Tracy D. Riley, Phone: 2149055319
 
E-Mail Address
tracy.riley@ice.dhs.gov
(tracy.riley@ice.dhs.gov)
 
Small Business Set-Aside
Very Small Business
 
Description
Justification and Approval-Brand Name (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. All quotes shall be submitted to the Contracting Officer, Tracy Riley, at Tracy.Riley@ice.dhs.gov no later than 10:00 am, September 26, 2018. Any questions regarding this RFQ shall be submitted electronically to Contracting Officer, at the same email address above, no later than 10:00 am, September 24, 2018. (ii) This solicitation is issued as a request for quotation (RFQ) as a 100% Set-Aside for Small Disadvantaged Businesses (SDBs). All SDBs are eligible to submit a quote. The resultant contract will be a firm-fixed price purchase order issued in accordance with FAR Subpart 13.5. The Government is requesting quotes for the Brand Name Items "Crye" as detailed in the below CLINs. (iii) This solicitation document (RFQ) and incorporated provisions and clauses those in effect through Federal Acquisition Circular 22 Aug 2018 updated through FAC 2005-100 (iv) This RFQ is issued under NAICS code 315990, Apparel Accessories and other Apparel Manufacturing. The size standard is 500 employees. (v) The following list of contract line item number(s), units of measure, quantities, item number, needed by the Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE) Agency, Homeland Security Investigations, Special Response Team (SRT) is as follows: CLIN 0001 Crye Combat Shirt G3 MultiCam Medium Regular, Item Number APR-CSE-02-MDR, Quantity 699 Each. CLIN 0002 Crye Combat Pant G3 MultiCam 34 Regular, Item Number APR-CPE-02-34R, Quantity 699 Each. CLIN 0003 Crye Combat Pant G3 All Weather MultiCam 34 Regular, Item Number APR-CPF-02-34R, Quantity 101 Each. CLIN 0004 Crye Combat Shirt G3 All Weather MultiCam Medium, Item Number APR-CSF-02-MDR, Quantity 101 Each. CLIN 0005 Shipping costs, 1 Lot. Option for Increased Quantity CLINs CLIN 1001 Crye ombat Shirt G3 MultiCam Medium Regular, Item Number APR-CSE-02-MDR, Quantity up to 100 Each. CLIN 1002 Crye Combat Pant G3 MultiCam 34 Regular, Item Number APR-CPE-02-34R, Quantity up to 100 Each. CLIN 1003 Crye Combat Pant G3 All Weather MultiCam 34 Regular, Item Number APR-CPF-02-34R, Quantity up to 100 Each. CLIN 1004 Crye Combat Shirt G3 All Weather MultiCam Medium, Item Number APR-CSF-02-MDR, Quantity up to 100 Each. CLIN 1005 Shipping costs, 1 Lot. (vi) The government requires 45 calendar day delivery from the time of award. Delivery locations (full addresses), required quantities per location and points of contact will be distributed at time of award. For shipping cost purposes, uniforms shall be shipped to the following cities: Tuscon, AZ Boston, MA Chicago, IL Dallas, TX Detroit, MI El Paso, TX Houston, TX Paramount, CA Miami, FL Pearl, MS Central Islip, NY San Antonio, TX San Diego, CA San Francisco, CA Santurce, Puerto Rico Tampa, FL Sterling, VA Fort Benning, GA Fairfax, VA (vii) FAR clause 52.212-1, Instructions to Offerors-Commercial Items (August 2018) applies to this acquisition. To be considered for award quotes must be submitted with prices provided for all contract line item number (CLINS), including the Option for Increased. Contractor format is acceptable. Contractors must have an active DUNS. Provide your company's DUNS along with your quote. (viii) All offerors shall complete provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (August 2018), electronically via the System for Award Management (SAM) online at http: www.sam.gov or if the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision and submit a copy of with their quote. (ix) FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items (January 2017), applies to this acquisition. (x) A statement that the clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (August 2018), applies to this acquisition and the clause are applicable to the acquisition include: (a); (b); (1) (4); (8); (14); (16), (18), (22); (25); (26); (27); (28); (29), (30), (31), (32), (34), (36), (37), (42), (43), (44), (47), (48), and; (54). FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 365 calendar days of award in which the Contracting Officer has to exercise the option. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of clause) 52.247-34 F.O.B. DESTINATION (NOV 1991): (a) The term "f.o.b. destination," as used in this clause, means-(1) Free of expense to the Government, on board the carrier's conveyance, at a specified delivery point where the consignee's facility (plant, warehouse, store, lot, or other location to which shipment can be made) is located; and (2) Supplies shall be delivered to the destination consignee's wharf (if destination is a port city and supplies are for export), warehouse unloading platform, or receiving dock, at the expense of the Contractor. The Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or "constructive placement" as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of the Government acting in its contractual capacity. If rail carrier is used, supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier (including "piggyback") is used, supplies shall be delivered to truck tailgate at the unloading platform of the consignee, except when the supplies delivered meet the requirements of Item 568 of the National Motor Freight Classification for "heavy or bulky freight." When supplies meeting the requirements of the referenced Item 568 are delivered, unloading (including movement to the tailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the contractor uses rail carrier or freight forwarded for less than carload shipments, the contractor shall ensure that the carrier will furnish tailgate delivery, when required, if transfer to truck is required to complete delivery to consignee. (b) The Contractor shall- (1)(i) Pack and mark the shipment to comply with contract specifications; or (ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements; (2) Prepare and distribute commercial bills of lading; (3) Deliver the shipment in good order and condition to the point of delivery specified in the contract; (4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract; (5) Furnish a delivery schedule and designate the mode of delivering carrier; and (6) Pay and bear all charges to the specified point of delivery. (End of clause) Attachment: Justification and Approval-Brand Name
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-MD/192118VHQ4SRT0064/listing.html)
 
Record
SN05087707-W 20180915/180913231225-42e80af8d8b6ae8ccad030a815f1dfdd (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.