Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 25, 2021 SAM #7085
SOLICITATION NOTICE

84 -- First Responders Uniform

Notice Date
4/23/2021 12:43:05 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
323113 — Commercial Screen Printing
 
Contracting Office
W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19107-3390 USA
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU21R0022
 
Response Due
5/21/2021 7:00:00 AM
 
Archive Date
06/21/2021
 
Point of Contact
Tiffany Chisholm, Phone: 2156566761, CHERITA L.WILLIAMS, Phone: 2156566775
 
E-Mail Address
tiffany.z.chisholm@usace.army.mil, cherita.l.williams@usace.army.mil
(tiffany.z.chisholm@usace.army.mil, cherita.l.williams@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
U.S. Army Corps of Engineers � Philadelphia District 100 E Penn Square East, Philadelphia, PA 19107 Solicitation No: W912BU-21-R-0022 USACE Responders Uniforms Combined Synopsis and Solicitation: This is a combined synopsis/solicitation. The U.S. Army Corps of Engineers, Philadelphia District, intends to award a Firm-Fixed Price, Indefinite Delivery Contract (IDC) for clothing (textiles) and screen printing services to meet the textile requirements of USACE Philadelphia (NAP) District in accordance with the attached specifications. This solicitation will be prepared in accordance with Federal Acquisition Regulations (FAR) Part 13, Part 15, and Subpart 12.6, as supplemented with additional information included in this notice. Contract Period of Performance: Five (5) years Total Contract Value: $5,000,000 (Five Million Dollars) Delivery Schedule: Delivery shall be specified on individual task order in accordance with the attached item specifications. Final acceptance will be at the U.S. Army Corps of Engineers Philadelphia District Office, Philadelphia, PA. The NAICS code is 323113 and the size standard is 500 employees. This procurement is 100% set-aside for small business. The acquisition will be a negotiated, best-value procurement using the Contracting by Negotiation process prescribed in Part 15.101-2, Lowest Price Technically Acceptable Source Selection Process, of the Federal Acquisition Regulation (FAR). Detailed technical evaluation criteria will be included in the RFP package. Initial price proposals must be submitted along with initial technical proposal to the Contracting Officer in accordance with the requirements of RFP. All offerors are required to provide samples outlined in the solicitation instructions and in accordance with the specifications along with their proposal submission. Offerors are advised that the Government may award a contract based on initial proposals received without discussions or any contact concerning the proposal received; therefore, each proposal should contain the offeror's best terms. FAR Subpart 9.3 -- First Article Testing and Approval will be required for this acquisition requirement. Please refer to the Federal Acquisition Regulation for requirements in accordance with Subpart 9.3 for further details. The Solicitation Number W912BU-21-R-0022 will be issued on 21 April 2021 with a closing date of 21 May 2021 at 1000 AM EDT. Hard copies will not be available and written or fax requests will not be accepted. The official media of distribution for this RFP is the web. Contractors may download the solicitation (including any attachments) and any amendments via the beta.SAM web site at www.beta.SAM.gov, on the issue date. It is the offeror's responsibility to monitor the beta.SAM web site (under the Contract Opportunities tab) for any amendments. Interested firms must register at beta.SAM in order to access the solicitation. Offerors are responsible for printing copies of the RFP and any amendments. If there are any amendments to this requirement, all amendments must be acknowledged, signed, and submitted with your proposal and samples at time of proposal due date. At time of proposal due date, all offers will be required to be delivered hard copy with samples included to the address below: U.S. Army Corps of Engineers, Philadelphia District Wanamaker Building, Room 643 100 Penn Square East Philadelphia, PA 19107-3390 Attn: Tiffany Chisholm Electronic proposals will not be accepted. If samples are not received with company proposal then the offeror will be considered not acceptable and will not be considered for award. All contractors are required to be registered in the DOD System for Award Management by award (SAM) before award as required by FARS 4.605. Also, firms who receive a federal contract in excess of $25,000.00 are required by legislation to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by accessing the following internet web site: http://www.dol.gov/vets/vets-100.html. Questions can be directed to tiffany.z.chisholm@usace.army.mil �or Cherita Williams (Cherita.L.Wiliams@usace.army.mil).This office will not accept any telephonic, written, or faxed requests for a copy of the solicitation. Requests for Information shall be submitted no later than. Questions received after 04 May 2021 may not be acknowledged. PLEASE NOTE THAT THERE WILL BE NO SITE VISITS BECAUSE OF COVID-19.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e4ed887b1c754f76a3d6b24ca3d05bb2/view)
 
Place of Performance
Address: Philadelphia, PA 19107, USA
Zip Code: 19107
Country: USA
 
Record
SN05981976-F 20210425/210423230113 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.