Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 14, 2000 PSA #2726
SOLICITATIONS

84 -- DETAINEE CLOTHING

Notice Date
November 9, 2000
Contracting Office
U.S. Department of Justice, Immigration & Naturalization Service, 7701 N. Stemmons Freeway (ACDCAP), Dallas, Texas 75247
ZIP Code
75247
Solicitation Number
ACD-1-Q-0004
Response Due
November 27, 2000
Point of Contact
Contract Specialist, Thomas Jones, 214/905-5392. No collect calls will be accepted
Description
The Immigration and Naturalization Service, Dallas, Texas is issuing a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. ACD-1-Q-0004 is being issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through ""Federal Acquisition Circular 97-20"". This is a 100% SET-ASIDE FOR SMALL BUSINESS with a standard industrial classification code of 2326, Men's and Boy's Work Clothing, and a small business size standard of 500 employees. Quoters will be evaluated and one contract award will be made to the responsive, responsible firm representing the lowest price technically acceptable to the Government, price and other factors considered. The following factor shall be used to evaluate quotes. Past Performance and Samples provided. The quotes shill describe its past performance on similar contracts it has held within the last five years which are of similar scope, magnitude and complexity to that which is detailed in the RFQ or affirmatively state that it possesses no relevant directly related or similar past performance. Provide a detailed explanation demonstrating the relevance of the contracts to the requirements of the RFQ. Past Performance shall be evaluated in the following manner, during the source selection process. The Government will assess the quoter ability to perform, including the quoters likelihood of achieving success in meeting the contract requirements. Past performance is assessed and is assigned a narrative rating in the evaluation. The Government will evaluate each quoters past performance based on the information submitted by the quoter, as well as information that the Government collects by itself. Proposals will be given credit for good past performance lose credit for poor past performance, and neither receive nor lose credit for no past performance. Two samples of each article and/or literature shall be sent to the Immigration and Naturalization Service, 7701 N. Stemmons Freeway, Attn: ACDCAP- Thomas Jones, Dallas, TX 75247. Term of the contract shall be a Base Year plus four One-Year Option Periods. Quantities are estimates only. The following are the Contract Line Item Numbers (CLINs) for the Base Year (date of award for a period of one year) and for the Option Year: CLIN 0001, Men's T-Shirts, white; 0001AA Sml, 150 DZ; 0001AB Med, 500 DZ; 0001AC Lrg, 500 DZ; 0001AD X-Lrg, 60 DZ; 0001AE XX-Lrg, 60 DZ; 0001AF XXX-Lrg, 60 DZ; 0002, Men's Briefs, white; 0002AA Sml, 150 DZ; 0002AB Med, 500 DZ; 0002AC Lrg, 500 DZ; 0002AD X-Lrg, 60 DX; 0002AE XX-Lrg, 60 DX; 0002AF XXX-Lrg, 60 DX; 0003, Ladies' Bra, Sport; 0003AA Size 32, 60 DZ; 0003AB Size 34; 80 DZ; 0003AC Size 36, 80 DZ; 0003AD Size 38, 80 DZ; 0004 Ladies' Underwear; 0004AA Size 5, 120 DZ; 0004AB size 6, 120 DZ; 0004AC Size 7, 120 DZ; 0004AD Size 8, 10 DZ; 0004AE Size 9, 10 DZ; 0004AF Size 10, 10 DZ; 0004AG Size 11; 10 DZ; 0004AH Size 12, 10 DZ; 0005, Ladies' & Men's Socks; One Size Fits All, 2000 PR; 0006, Ladies' Nightwear Shirts; One Size Fits All, 1000 PR; 0007, Inmate Jacket; 0007AA Sml, 500 EA; 0007AB Med, 500 EA; 0007AC Lrg, 500 EA; 0007AD Ex-Lrg, 100 EA; 0007AE Ex Ex-Lrg, 50 EA; 0008, Male Shoes; 0008AA Size 6, 500 PR; 0008AB Size 7, 500 PR; 0008AC Size 8, 500 PR; 0008AD Size 9, 500 PR; 0008AE Size 10, 50 PR; 0008AF Size 11, 50 PR; 0008AG Size 12, 50 PR; 0008AH Size 13, 50 PR; 0009, Female Shoes; 0009AA Size 7, 500 PR; 0009AB Size 8, 500 PR; 0009AC Size 9, 500 PR; 0010, Male Shirts, ""RED""; 0010AA Sml, 500 EA; 0010AB Med, 500 EA; 0010AC Lrg, 500 EA; 0010AD Ex-Lrg, 100 EA ; 0010AE Ex Ex-Lrg, 100 EA; 0011, Male Pants, ""RED""; 0011AA Sml ""500 EA""; 0011AB Med ""500 EA""; 0011AC Lrg, ""500 EA""; 0011AD Ex-Lrg, ""100 EA""; 0011AE Ex EX-Lrg, ""100 EA""; 0012, Male Shirts, Orange; 0012AA Sml, 500 EA; 0012AB Med, 500 EA; 0012AC Lrg, 500 EA; 0012AD Ex-Lrg, 100 EA; 0012AE Ex Ex-Lrg, 100 EA; 0013, Male Pants, Orange; 0013AA Sml, 500 EA; 0013AB Med, 500 EA; 0013AC Lrg, 500 EA; 0013AD Ex-Lrg, 100 EA; 0013AE Ex Ex-Lrg, 100 EA; 0014, Male Shirts, Navy Blue; 0014AA Sml, 500 EA; 0014AB Med, 500 EA; 0014AC Lrg, 500 EA; 0014AD Ex-Lrg, 100 EA; 0014AE Ex Ex-Lrg, 100 EA; 0015, Male Pants, Navy Blue; 0015AA Sml, 500 EA; 0015AB Med, 500 EA; 0015AC Lrg, 500 EA; 0015AD Ex-Lrg, 100 EA; 0015AE Ex Ex-Lrg, 100 EA; 0016, Female Shower Sandals; 0016AA Size 6, 200 PR; 0016AB Size 7, 200 PR; 0016AC Size 8, 200 PR; 0016AD Size 9, 200 PR; 0017, Male Shower Sandals; 0017AA Size 6, 500 PR; 0017AB Size 7, 500 PR; 0017AC Size 8, 500 PR; 0017AD Size 9, 500 PR; 0017AE Size 10, 50 PR; 0017AF Size 11, 50 PR; 0017AG Size 12, 50 PR; 0017AH Size 13, 50 PR; 0018, Baseball Caps; 20 DZ; 0019, Male Shirts; White-Medium, 780 EA; White-Large, 780 EA 0020, Male Pants; White-Medium, 780 EA; White-Large, 780 EA Minimum requirements are: pants are slip-on elastic waist with mock fly, pocket; elastic to be woven 1 " heat resistant 30 gauge rubber, serged and double needle lock stitched to pants (chain stitching is not acceptable); elastic to be guaranteed for the life of the garment from losing its elasticity; labels to be 2 " x 1 " color coded by size; all seams 3 needle felled; crotch mock fly to be sew serged, double needle lock stitched and bartacked; leg hems double folded and lock stitched; all inseams to be 32" hemmed; fabric to be 7 oz. Twill-65% polyester/35% combed cotton equal to Graniteville 20/20 twill industrial laundry finish fabric; thread to be the same color as the fabric; all 3 needle felled seams shall be cleanly finished and have no raw or frayed edges. Shirts are v-neck slip-on raglan sleeve, no buttons; one pocket over left breast double needle lock stitched and bartacked; all seams 3 needle felled; sleeve and bottom hems double folded and lock stitched; v-neck piping to be bias self material single needle lock stitched with 2 bartacks at neck. Bias to be cleanly finished with no raw edges exposed; labels to be 2 " x 1 " color coded by size; fabric to be 7 oz. Twill-65% polyester/35% combed cotton equal to Graniteville 20/20 twill industrial laundry finish fabric; thread to be the same color as the fabric; all 3 needle seams shall be cleanly finished and have no raw or frayed edges. Sports bra is pullover style, no hooks, unpadded spandex outside panel; soft cotton and spandex inside panel. Ladies' nightwear shirts are sewn in color coded sizing tabs, easy slip-over style, no buttons, triple needle stitched, 5 oz. Poplin, 65% polyester/35% cotton, one size fits all. T-shirts are reinforced crew neck, full cut, ""5.5 ounce, 100% cotton"". Ladies' underwear are white, 100% cotton brief-style, elastic waistband and leg bands. Ladies and Men's socks are tube, one size fits all, white, 80% cotton/20% polyester. Men's briefs are 100% cotton, full cut, white. Male and female shower sandals are one piece molded vinyl, soft and flexible; nonskid soles and heels; machine washable. Shoes are navy, medium weight slip-on tennis shoe, canvas upper, glued insoles, rubber soles. Inmate jacket has laundry proof brass #24 snap front, all seams triple stitched, hip length, strong, tough fabric, 7 oz. Twill, 65% polyester/35% combed cotton, full cut, color coded size tabs, no pockets, machine washable, color to be determined on delivery order; ""Baseball Caps can be any color, shall be mesh with crown constructed of a double knit polyester for strength, nylon mesh back to allow air to circulate, shall have adjustable tab for sizing"". Delivery shall be to Los Fresnos, Texas and/or El Paso, Texas, FOB Destination. ""Guaranteed Minimum to be ordered is quantity of each item shown above in the base year and shall be shipped to Immigration & Naturalization Service, Port Isabel Service Processing Center, Rt. 3, Box 341, Los Fresnos, TX 78566"", and the maximum to be order in each year is $400,000.00. The guaranteed minimum will be funded on the award document and unfounded delivery order(s) will be issued to order specific CLINs. ""Destination shall be shown on each delivery order"". The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items, is applicable. Paragraph (a), evaluation criteria is as follows: Offeror shall submit a technical description, pictures of the product offered and sample of fabrics to be used with quotation. Award will be made to the low, technically acceptable offeror. Also, offeror shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and FAR 52.207-4, Economic Purchase Quantity-Supplies, with its offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition with the following additional clauses: FAR 52.216-18, Ordering (paragraph (a), so much that reads, "Such orders may be issued from date of award for a period of one year."); FAR 52.216-19, Order Limitations (paragraph (a), so much that reads, "When the Government requires supplies or services covered by this contract in an amount of less than two "; (b)(1) "Any order for a single item in excess of $1,000.00"; (b)(2), "Any order for a combination of items in excess of $250,000.00"; (b)(3), "A series of orders from the same ordering office within thirty (30) days ";; (d) " unless that order is returned to the ordering office within five (5) days after issuance "; FAR 52.216-22, Indefinite Quantity, paragraph (d), "Contractor shall not be required to make any deliveries under this contract after the completion of the last delivery order." FAR 52.217-5, Evaluation of Options; FAR 52.217-9, Options to Extend the Term of the Contract (24 months); FAR 52.232-19, Availability of Funds for the Next Fiscal Year (Insert September 30th in Blanks); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, and the following additional clauses apply to this acquisition: FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-3, Buy American Act-Supplies; 52.252-1 Solicitation Provisions Incorporated by Reference, "Also, the full text of a solicitation provision may be accessed electronically at attp://www.arnet.gov./far. Delivery Orders may be issued via facsimile. See Note #1. Quotes are due November 27, 2000, 2:00pm Dallas time, at Immigration & Naturalization Service, ATTN: Thomas Jones, ACDCAP, 7701 N. Stemmons Freeway, Dallas, TX 75247. Inquiries should be in written form and faxed to (214) 767-7458. All responsible sources may submit a quotation which shall be considered.
Record
Loren Data Corp. 20001114/84SOL002.HTM (W-314 SN5064E1)

84 - Clothing, Individual Equipment and Insignia Index  |  Issue Index |
Created on November 9, 2000 by Loren Data Corp. -- info@ld.com