Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2021 SAM #7235
SOLICITATION NOTICE

84 -- ARTIC GEAR / APPAREL

Notice Date
9/20/2021 3:01:42 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315280 — Other Cut and Sew Apparel Manufacturing
 
Contracting Office
W7N3 USPFO ACTIVITY UT ARNG DRAPER UT 84020-2000 USA
 
ZIP Code
84020-2000
 
Solicitation Number
W911YP21R0036
 
Response Due
9/29/2021 6:00:00 AM
 
Archive Date
10/14/2021
 
Point of Contact
Otha Henderson
 
E-Mail Address
otha.b.henderson.civ@mail.mil
(otha.b.henderson.civ@mail.mil)
 
Description
DESCRIPTION:� This combined synopsis/solicitation and is being issued as FULL & OPEN COMPETITION.� Some items are sole source brand name and a justification and authorization�is�attached for each of those items.� The Northern America Industry Classification System Code (NAICS) is 315280 � Other Cut and Sew Apparel Manufacturing.� The size standard is 750 emp.� NAICS codes 339920 � Sporting and Athletic Goods Manufacturing (750 emp), 314999 � All other Miscellaneous Textile Product Mills (500 emp), 315990 � Apparel Accessories and Other Apparel Manufacturing (500 emp), and 332510 � Hardware Manufacturing are also acceptable.� This combined synopsis/solicitation shall be the only request for quote; an addition solicitation will not be published. The Government will not be liable for any cost associated with preparing and providing quote and retains the right to withdraw this notification at any time without notice The Utah Army National Guard has a requirement to purchase the items in the quantities listed on the attached �Product list V2� spreadsheet.� Eleven justification and authorizations are attached for specific items on the attached spreadsheet.� For the items with a justification and authorization, only those specific brand name and items will be acceptable Evaluations Factors:� Award will be made on the basis of lowest price technically acceptable.� Technical specifications will be evaluated and, if the specifications are determined to be acceptable, price will then be considered.� Technical considerations may include the quality of the product, warranties, and the expected delivery time and installation.� The government intends to award a single contract; therefore, completeness of the quote in meeting all items on the attached �Product list V2� spreadsheet will be evaluated as part of the technical acceptability (i.e. which vendors quoted most if not all of the items listed).� Please include expected delivery time and full description and specifications with your proposal.� The Government may elect to award to other than lowest price if the lowest price does not best meet technical specifications. SAM REGISTRATION:� All firms or individuals responding must meet all standards required to conduct business with the Government, including registration with SAM and WAWF/iRAPT, and be in good standing with the Government.� The System for Award Management (SAM) and Federal Awardee Performance and Integrity Information System (FAPISS) will be reviewed for responding vendors to determine if the vendor is in good standing.� All qualified responses will be considered by the Government. Quotes must include CAGE/DUNS number, federal tax number and company's point of contact information. In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing. Offers may obtain information on registration at www.sam.gov.� Failure to provide SAM registration may result in your quote being disqualified from consideration. QUOTES:� Please provide your submission to the United States Property and Fiscal Office Purchasing and Contracting Division no later than the indicated date and time.� All submissions should be sent via email to:� otha.b.henderson.civ@mail.mil.� Facsimiles are not acceptable.� Question regarding this requirement must be submitted via email, with sufficient time to do any research to answer question prior to the closing of this posting.� Responses received after the stated deadline will be considered non-responsive and will not be considered. PROVISIONS:��The following provisions and clauses are applicable to this solicitation: FAR 52.202-1 � Definitions FAR 52.203-3 � Gratuities FAR 52.204-7 � Central Contractor Registration FAR 52.204-24 � Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-26 � Covered Telecommunications Equipment or Services- Representation FAR 52.209-6 � Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, Or Proposed for Debarement FAR 52.212-1 - Instructions to O?erors FAR 52.212-3 � Offeror Representation and Certifications-Commercial Items FAR 52.212-3 � Alternate 1 FAR 52.212-4 � Terms and Conditions � Commercial FAR 52.212-5 � Dec-Statues/Exec Orders FAR 52.217-5 � Evaluation of Options FAR 52.217-8 � Option to Extend Services FAR 52.217-9 � Option to Extend the Term of the Contract FAR 52.219-1 (Alt I) � Small Business Program Representation FAR 52.219-8 � Utilization of Small Business Concerns FAR 52.219-14 � limitations on Subcontracting FAR 52.219-28 � Post-Award Small Business Program Representations FAR 52.222-3 � Convict Labor FAR 52.222-21 � Prohibit Segregated Facilities FAR 52.222.22 � Previous Contract and Compliance Reports FAR 52.222-25 � Affirmative Action FAR 52.222.26 � Equal Opportunity FAR 52.222-36 � Affirmative Action for Workers with Disabilities FAR 52.222-40 � Notification of Employees Rights Under the National Labor Relations Act FAR 52.222-50 � Combating Trafficking in Persons FAR 52.222-54 � Employment eligibility Verification FAR 52.223-18 � Encouraging Contractor Policy to Bad Text Messaging While Driving FAR 52.225-23 � Restrictions on Certain Foreign Purchases FAR 52.225-25 � Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran � Representation and Certifications FAR 52.232-1 � Payments FAR 52.232.33 � Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-1 � Disputes FAR 52.233-2 � Service of Protest FAR 52.233-3 � Protest After Award FAR 52.233-4 � Applicale Law for Breach of Contract Claim FAR 52.243-1 � Changes-Fixed Price FAR 52.252-1 � Provisions Incorporated by Reference FAR 52.252-2 � Clauses Incorporated by Reference FAR 52.252-5 � Authorized Deviations in Provisions FAR 52.252-6 � Authorized Deviation in Clauses DFARS 252.203-7000 � Requirement Relating to Compensation of Former DoD Officials DFARS 252.203-7002 � Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003 � Control of Government Personnel Work Product DFARS 252.209-7995 � Representation by Corporations Regarding Unpaid Delinquent Tax Liability of Felony Conviction Under Any Federal Law DFARS 252.212-7000 - Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.212-7001 � Dev Terms and Conditions DFARS 252.225-7001 � Buy America Act and Balance of Payments Program DFARS 252.225-7002 � Qualifying Country as Subcontractors DFARS 252.225-7012 � Preference for Certain Domestic Commodities DFARS 252.232-7003 � Electronic Submission of Payment Requests DFARS 252.232-7010 � Levies on Contract Payments DFARS 252.237-7010 � Prohibition of Interrogation of Detainees by Contract personnel DFARS 252.243-7001 � Pricing of Contract Modifications DFARS 252.243-7002 � Request for Equitable Adjustment FAR 52.252-2 � Clauses Incorporated by Reference. This contract incorporates one of more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting officer will make full text available. Also, the full text of a clause may be accessed electronically at: HTTPS://www.acquisition.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6e8f5dbe675c453eb7bb57fe976d3457/view)
 
Place of Performance
Address: Bluffdale, UT 84065, USA
Zip Code: 84065
Country: USA
 
Record
SN06138823-F 20210922/210920230119 (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  © 1994-2020, Loren Data Corp.