Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2006 FBO #1643
SOLICITATION NOTICE

84 -- USMC SNOW OVERWHITE: PARKA, TROUSERS, SNOW PACK COVER.

Notice Date
5/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
315211 — Men's and Boys' Cut and Sew Apparel Contractors
 
Contracting Office
RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY06R0011
 
Response Due
6/23/2006
 
Archive Date
8/22/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a 100% Small Business Set Aside combined synopsis/solicitation for a commercial prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, utilizing simplified acquisition procedures in accordance with FAR S ubpart 13.5, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. W911QY-06-R-0011 is issued as a Request f or Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03 dated 11 April 2005 and Defense Federal Acquisition Regulation (DFAR) Supplement, 1998 edition, current t o DCN 200503023. Award will be made on a best value basis and the Government reserves the right to award to other than the low offeror. This acquisition is for the manufacture of the USMC Snow Overwhite Parka, Snow Overwhite Trouser, and Snow Overwhite P ack Cover in accordance with the attached specifications. The awarded contract will be firm-fixed price with one base year and two option years. The base year will have a minimum of 4,000 sets and a maximum of 16,500 sets consisting of the Snow Overwhite Parkas, Trousers, and Pack Covers as described herein. The Minimum set for each subsequent option year will be 1,000 sets while the maximum set will be 28,000 sets depending on the Government's requirements. The applicable NAICS Code is 315211 with a size standard of 500 Employees. In order to be eligible for award, offerors must be registered in the Central Contractor Registration (CCR) database. The web site to register or check on your status is http://www.ccr.gov/. Offerors are required based on th is announcement to submit hard copy proposals (to include product literature), and a Product Demonstration Model (PDM) as described herein. PDMs will be fabricated by a directed source for cloth but can be submitted in any color or camouflage pattern th at is available. It is the offeror's responsibility to obtain cloth from Duro Textile LLC, Fall River, MA, POC : Dawn Clark at 508-689-1601. Salient Characteristics and Technical Drawings will be available for download on the RDECOM Acquisition Center web site: https://www3.natick.army.mil under Solicitation number W911QY06R0011. BASE Contract: Manufacturer fabricates an assortment of six (6) sizes of Overwhite parka and trousers and one (1) size field pack cover in accordance with specifications that inclu des the directed source (Duro Textile LLC) for material, temporary shade standard, and Government furnished patterns (electronic format for pattern nest and printed ozalid of Med Reg for confirmation). The offeror must request temporary shade standard and pattern GFM within 14 days of posting date of the combined solicitation/synopsis and identify to the Government the person's name, email, mailing address, phone number receiving the GFM for the offeror and format of electronic patterns required. Offerors will receive GFM within 3 business days of their request. Requests shall be made to Kevin Parker, Contract Specialist, via e-mail at: kevin.parker@natick.army.mil. If an offeror does not have an electronic pattern system, then the Government will furnish ozalids containing the pattern nest. The Government will also furnish 8,000 linear yards of the specified material to initiate fabrication of the end items by 8 Sep 2006. The contractor will be responsible for obtaining the balance of the yardage need ed to fabricate the initial order and include that cost in the unit pricing of the first delivery order. All Offerors shall bid utilizing the current disruptive pattern and coloration. By contract award the size of the camouflage pattern may be enlarged but the colors will remain unchanged from the temporary standard sample. The Government will specify the camouflage modification at time of award. The offeror needs to identify in their proposal if an enlarged pattern or slight changes in coloration will result in a change in their price. OPTIONS: The contractor will fabricate the Overwhite parka, trouser, and pack cover in accordance with Government Furnished patterns. The Government expects to have a performance specification delineating a cloth with comparable characteristics of the directed source in the first delivery order except with improved tear strength. For proposal purposes, the offeror shall subm it pricing based upon the directed source in the first delivery order. When the option is exercised, the Government will negotiate the prices with the contractor based upon the cost and pricing of the improved and competitively source cloth to be provided . The following clauses and/or provisions are specifically referenced and are required in the response of this solicitation: 52.212-1 entitled Instructions to Offerors-Commercial Items (Jan 2005), and 52.212-2 entitled Evaluation-Commercial Items (Jan 199 9). Proposals and specification sheets submitted in response to this combined synopsis/solicitation shall be evaluated in accordance with FAR Part 13 procedures using the following evaluation criteria: The TECHNICAL area is most important. The DELIVERY, PAST PERFORMANCE and PRICE areas are of equal to each other in importance. Technical, Delivery and Past Performance when combined are significantly more important than PRICE. The TECHNICAL area will be evaluated by the submittal of one (1) Product Demon stration Model (PDM) in size Med Reg of each parka and trouser, and one (1) size pack cover. PDMs will be fabricated using the directed source for cloth but can be submitted in any color or camouflage pattern that is available. It is the offeror's respon sibility to obtain cloth from Duro Textile LLC, Fall River, MA POC : Dawn Clark at 508-689-1601. The PDM will be evaluated for construction, dimensions and workmanship in accordance with the specification. The PDM will be rated for understanding of speci fication and patterns, and quality. DELIVERY: Delineate schedule of completed items to meet 4,000 setsparka, trousers and pack covers. Early delivery is encouraged without adding risk. However, the contractor must notify the Government that they intend to ship early. The offeror must specify the lowest economical monthly production quantity for Government planning in order to maintain a stream of funding to sustain a low rate of production if funding is available. The Production plan will be evaluated for a bility to meet or exceed Government's schedule. Earlier delivery will be more highly rated. PAST PERFORMANCE will be evaluated for performance risks by the offeror's recent and relevant experience in providing these or similar items either with other Gove rnment agencies or other commercial/scientific industries. PRICE will be evaluated for price realism, fairness and reasonableness. Offerors shall submit one (1) Product Demonstration Model (PDM) in size Med Reg of each parka and trouser, and one size pac k cover. Offerors shall include the full text provision FAR 52.212-3 entitled Offeror Representations and Certifications-Commercial Items (MAR 2005) with Alternate I (Apr 2002) , completely filled out, within the technical proposal, as well as DFARS 252.21 2-7000, entitled Offeror Representations and Certifications-Commercial Items (Nov 1995). NOTE: An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the O nline Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov. FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2003) applies to this acquisition. Other clauses that apply are as follows: 52.204-7 Ce ntral Contractor Registration (Oct 2003), 52.247-34 FOB Destination (Nov 1991), 52.252-2 Clauses Incorporated by Reference (Feb 1998); 52.252-6 Authorized Dev iations in Clauses (Apr 1984), 252.204-7004 ALT A Central Contractor Registration (Nov 2003) and 252.225-7002 (Apr 2003). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2005) applies to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) Alternate I (Oct 1995), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labo r-Cooperation with Authorities and Remedies (Jun 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001), 52.225-13 Restrictions o n Certain Foreign Purchases (Dec 2003), and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). DFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2005) applies to this acquisition to include 52.203-3 Gratuities (Apr 1984), 252.225-7001 Buy American Act and Balance of Payments Program (Apr 2003), 252.225-7012 Preference for Certain Domestic Commodities (June 2004), 252.232-7003 Electronic Submission of Payment Requests (Jan 2004), and 252.247-7023 Transportation of supplies by Sea (May 2002). All clauses referenced herein may be accessed electronically at the following web addresses: http://www.arnet.g ov/far and http://farsite.hill.af.mil/. If you plan on participating in this acquisition you are required to provide your name, address, phone number, and E-mail address to Kevin Parker via E-mail to Kevin.Parker@natick.army.mil or fax to (508)233-5293 fo r notification of amendments. If you should have technical questions, please submit them by E-mail up to Friday, 9 June 2006. Proposals shall be submitted to the US Army RDECOM Acquisition Center, Natick Contracting Division, ATTN: AMSRD-ACC-NM (Kevin P arker) Kansas Street, Building 1, Natick, MA 01760-5011. The closing date and time for this combination synopsis/solicitation is 23 June 2006 by 3:30 Eastern Time.
 
Place of Performance
Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN01057443-W 20060527/060525221234 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.