Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 30, 2024 SAM #8251
SOLICITATION NOTICE

84 -- ANSI II Incident Commander Training Vest

Notice Date
6/28/2024 6:31:42 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315990 — Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N00604
 
Response Due
7/3/2024 6:00:00 PM
 
Archive Date
07/18/2024
 
Point of Contact
Elisha Wallace-Enos 808-473-7588
 
E-Mail Address
elisha.c.wallace-enos.civ@us.navy.mil
(elisha.c.wallace-enos.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13.303, as supplemented with the additional information included in this notice.� This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both SAM.gov and NECO (https://www.neco.navy.mil/). The RFQ number is N0060424Q4065. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-05 and DFARS Publication Notice 20240530. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ ���and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 315990 and the Small Business Standard is 600 employees. The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Office requests responses from qualified sources capable of providing: CLIN 0001: Brand Name or Equal ANSI 2 Incident Commander Vest CLIN 0002: Velcro Position Name Tags Delivery Date: Contractor shall delivery all items within 30 days of receipt of order. FOB Destination Delivery Location:� 850 Ticonderoga Street, Room 107 ��������������� ��������������JBPHH, HI 96860 Attachments: ����� Attachment 1:� ANSI II Incident Commander Training Vest List ����� Attachment 2:� Information for Name Tags ����� Attachment 3:� ANSI II Incident Commander Training Vest Example����� ����� Attachment 4:� FAR 52.204-23 and 52.212-3 Responsibility and Inspection: Vendor will supply and deliver requested items in full working order directly to the customer and verify satisfactory completion of work with the listed government point of contact. The method of payment will be Wide Area Work Flow (WAWF). Payment after Government acceptance. A discount to the government is strongly encouraged. Award will result in a Firm-Fixed Price Contract. Submission Requirements: Provide a quote for items listed in Attachment 1. Please ensure your quote includes your Unique Entity Number and CAGE Code. Provide a photo of proposed Training Vest Complete and Return Attachment 3 & 4 with your quote. Evaluation: The Government intends to award a single-award to the responsible, Quoter, whose quote is technically acceptable and most advantageous to the government. The quotation meeting the solicitation requirements with the lowest price may not be selected for award if award to a higher priced Quoter is determined to be more advantageous to the Government. However, the perceived benefits of the higher priced quotation must merit the additional price. Price: Quoters shall submit a price for each item listed in Attachment 1. In determining whether a price is fair and reasonable, the government may use historical data, independent Government estimates in its price analysis, or any other technique permissible by FAR 13.106-3 and FAR 15.404-1(b). Technical: To be rated acceptable, the Quoter shall provide a quote with unit and total price for all items listed in Attachment 1. The items offers must meet the stated minimum characteristics of attachment 1 Responsibility Determination: To be eligible for award of a purchase order hereunder, the Quoter must be determined by the Contracting Officer to be a responsible prospective Quoter in accordance with FAR 9.1. System for Award Management (SAM). The Government may utilize a combination of various Government database repositories used to determine that a contractor is responsible. Such sources include but are not limited to the following: System for Award Management (SAM), Past Performance Information Retrieval System (PPIRS), Contractor Performance Assessment Reporting System (CPARS) and or the Federal Awardee Performance and Integrity Information System (FAPIIS). In addition, the following FAR provision and clauses are applicable to this procurement: 52.203-19��� Prohibition on Requiring Certain Internal Confidentiality����� JAN 2017 ����������� Agreements or Statements 52.204-7����� System for Award Management������������������������ OCT 2018 52.204-13���� System for Award Management Maintenance������������� OCT 2018 52.204-16���� Commercial and Government Entity Code Reporting������� AUG 2020 52.204-17���� Ownership or Control of Offeror����������������������� AUG 2020 52.204-18���� Commercial and Government Entity Code Maintenance����� AUG 2020 52.204-20���� Predecessor of Offeror����� ��������������������������AUG 2020 52.204-23���� Prohibition on Contracting for Hardware, Software, and���� NOV 2021 ������������ Services Developed or Provided by Kaspersky Lab and ������������ Other Covered Entities 52.204-24���� Representation Regarding Certain Telecommunications����� NOV 2021 ������������ and Video Surveillance Services or Equipment 52.204-25�� ��Prohibition of Contracting for Certain Telecomunications and� NOV 2021 ������������ Video Surveillance Services or Equipment������� 52.204-26���� Covered Telecommunications Equipment or Services������ OCT 2020 ������������ Representation 52.204-27�� ��Prohibition on a ByteDance Covered Application����������� JAN 2023����������������������������������� 52.204-27���� The contracting officer shall insert this clause in all solicitations� JUN 2023 ������������ and contracts, unless an exception is granted in accordance with ������������ OMB Memorandum M�23�13.�������������������������������������� 52.209-10���� Prohibition on Contracting with Inverted Domestic Corporations� NOV 2015������������������������������������� 52.212-1����� Instructions to Offerors�Commercial Products and Commercial �SEP 2023 ������������ Services 52.212-3����� Offeror Representations and Certifications�Commercial������ MAY 2024 ������������ Products and Commercial Services 52.212-4����� Contract Terms and Conditions�Commercial Products and���� NOV 2023 ������������ Commercial Services 52.212-5����� Contract Terms and Conditions Required To Implement �������APR 2024 ������������ Statutes or Executive Orders�Commercial Products and ����������� �Commercial Services 52.219-28���� Post-Award Small Business Program Rerepresentation���������� MAR 2023 52.222-3����� Convict Labor������� �����������������������������������JUN 2023 52.222-19���� Child Labor�Cooperation with Authorities and Remedies������ NOV 2023 52.222-21���� Prohibition of Segregated Facilities������������������������ APR 2015 52.222-22���� Previous Contracts and Compliance Reports����������������� FEB 1999 52.222-25���� Affirmative Action Compliance 52.222-26���� Equal Opportunity������������������������������������� SEP 2016 52.222-50���� Combating Trafficking in Persons�������������� ������������NOV 2021 52.223-23���� Sustainable Products and Services������������������������ MAY 2024 52.223-18���� Encouraging Contractor Policies to Ban Text Messaging���� JUN 2020 ������������� While Driving 52.225-13 ����Restrictions on Certain Foreign Purchases������������������ FEB 2021 52.226-8����� Encouraging Contractor Policies to Ban Text Messaging������ MAY 2024 ������������ While Driving 52.232-33���� Payment by Electronic Funds Transfer�System for��������� OCT 2018 ������������ Award Management 52.232-39��� �Unenforceability of Unauthorized Obligations������������ ��JUN 2013 52.232-40���� Providing Accelerated Payments to Small Business���������� MAR 2023 ������������ Subcontractors 52.233-3����� Protest after Award������������������������������������ AUG 1996 52.233-4����� Applicable Law for Breach of Contract Claim��������������� OCT 2004 52.252-1�������� Solicitation Provisions Incorporated by Reference����������� FEB 1998 52.252-2�������� Clauses Incorporated by Reference����������������������� FEB 1998 52.252-5�������� Authorized Deviations in Provisions���������������������� NOV 2020 52.252-6�������� Authorized Deviations in Clauses���������������������� ��NOV 2020 252.203-7000���� Requirements Relating to Compensation of Former�������� ��SEP 2011 ���������������� DoD Officials ����������������������� 252.203-7002���� Requirement to Inform Employees of Whistleblower Rights� ��DEC 2022 252.203-7005���� Representation Relating to Compensation of Former������� ��SEP 2022 ���������������� DoD Officials 252.204-7003����� Control of Government Personnel Work Product���������� �APR 1992 252.204-7008����� Compliance with Safeguarding Covered Defense����������� OCT 2016 ����������������� Information Controls 252.204-7012����� Safeguarding Covered Defense Information and Cyber������� JAN 2023 ���������������� Incident Reporting CD 2024-O0013 Revision 1 252.204-7015����� Notice of Authorized Disclosure of Information for�������� �JAN 2023 ���������������� Litigation Support 252.204-7016����� Covered Defense Telecommunications Equipment or Services �DEC 2019 ���������������� --Representation 252.204-7017����� Prohibition on the Acquisition of Covered Defense���������� MAY 2021 ���������������� Telecommunications Equipment or Services�Representation 252.204-7018����� Prohibition on the Acquisition of Covered Defense���������� JAN 2023 ���������������� Telecommunications Equipment or Services 252.204-7019����� Notice of NIST SP 800-171 DoD Assessment Requirements��� NOV 2023 252.204-7020����� NIST SP 800-171 DoD Assessment Requirements�������� ��NOV 2023 252.204-7024����� Notice on the use of the Supplier Performance Risk System��� MAR 2023 252.211-7003����� Item Unique Identification and Valuation����������������� JAN 2023 252.223-7008����� Prohibition of Hexavalent Chromium������������������ ��JAN 2023 252.225-7000����� Buy American--Balance of Payments Program������������ NOV 2014 ���������������� Certificate--Basic 252.225-7001����� Buy American and Balance of Payments Program�Basic��� FEB 2024 252.225-7012����� Preference for Certain Domestic Commodities������������ APR 2022 252.225-7055����� Representation Regarding Business Operations with�������� MAY 2022 ���������������� the Maduro Regime 252.225-7056����� Prohibition Regarding Business Operations with the������ ��JAN 2023 ���������������� Maduro Regime 252.225-7972����� Prohibition on the Procurement of Foreign-Made Unmanned� MAY 2020 ���������������� Aircraft Systems (Dev 2020-O0015)� 252.225-7973����� Prohibition on the Procurement of Foreign-Made Unmanned�� MAY 2020 ���������������� Aircraft Systems�Representation. (DEVIATION 2020-O0015) 252.232-7003����� Electronic Submission of Payment Requests and Receiving��� DEC 2018 ���������������� Reports 252.232-7006����� Wide Area WorkFlow Payment Instructions��������������� JAN 2023 252.232-7010����� Levies on Contract Payments������������������������ ��DEC 2006 252.244-7000����� Subcontracts for Commercial Products or Commercial������ NOW 2023 ���������������� Services 252.246-7003����� Notification of Potential Safety Issues������������������� JAN 2023 252.247-7023����� Transportation of Supplies by Sea�Basic���������������� JAN 2023 This announcement will close at 3:00pm HST on Wednesday, 03 July 2024. Quotes shall be submitted electronically via email to Elisha Wallace-Enos at elisha.c.wallace-enos.civ@us.navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB Destination, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile.� Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/26af937ff0a14b86ae118e917912383c/view)
 
Place of Performance
Address: JBPHH, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN07112681-F 20240630/240628230126 (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.