SOLICITATION NOTICE
84 -- NYCO Ripstop Fabric, required specifications and patterns to produce 50,000 uniforms (BDU Blouse, Trouser & Cap)
- Notice Date
- 6/1/2006
- Notice Type
- Solicitation Notice
- NAICS
- 424310
— Piece Goods, Notions, and Other Dry Goods Merchant Wholesalers
- Contracting Office
- RDECOM Acquisition Center - Aberdeen, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91CRB06R0028
- Response Due
- 6/30/2006
- Archive Date
- 8/29/2006
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation W91CRB-06-R-0028 for commercial items prepared under the authority of FAR 13.5, Test Program for Certain Commercial Items and in accordance with the format in Subpart 12.6, as supplemented with additional info rmation included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This action will be solicited as a full and open competition. The NAICS code for this acti on is 424310. Requirement is for NYCO Ripstop Fabric printed with Digital Pattern Jungle Stalker Woodland Digital (Commercial version of USMC Woodland Digitized Pattern less all USMC Logos) to produce 50,000 Uniforms (BDU Blouse, Trouser & Cap); Fabric MI LSPEC MIL-C-4436, Class I Standards; to include all required specifications and patterns to produce uniforms. This is an FMS Requirement for the Government of Bosnia under FMS Case BK-B-BAE. Delivery terms are F.O.B. Destination. Items shall be shipped to Matrix International Logistics, Inc. 7550 Accotink Park Road, Springfield, VA 22150 (Freight Forwarder). Offerors shall propose firm, fixed-prices that include shipping. Exact delivery instructions will be provided with the contract. Offerors must p rovide a delivery schedule with their proposal. Items must be packaged and marked as specified in contract. Offerors are encouraged to propose alternate delivery schedules if complete delivery cannot be met. Partial shipments are acceptable; however, sh ipments shall be consolidated as much as possible. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2 Evaluation Commercial Items applies to this acquisition. Contracting Officer shall make a best value award decision based on the following evaluation factors: Price, Past Performance and Delivery Schedule in descending order of importance. Past performance and delivery schedule when combined are equal in importance, and are less impor tant when compared to price. Past performance will be evaluated based on information provided by the offeror as to actual sales of similar items to industry or government agencies (contractor format for past performance data is desired). Past performance will consider the reviews/ratings of other users who presently use or used offerors products and ability of the offeror to meet delivery schedules. Offerors must include records of at least three recent sales, within the last 5 years, and identify a poin t of contact for each by providing a name and telephone number. Failure to submit past performance information (or to address past performance) with your proposal may result in your proposal being made non responsive. The Government reserves the right to make an award without discussions. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, must be provided with offers (or an offeror may complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Require d to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Additional FAR clauses cited in this clause are applicable: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995), with Alternate I (OCT 1 995) (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JUL 2005); (15) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (17) 52.222-26 Equal Opportunity; (18) 52.222-35, Equal Opportunity For Disabled Veterans and Veterans of the Vietnam Era, (19) 52.222-36, Affirmative Action For Workers with Disabilities, (20) 52.222-37 Employment Reports on Disabled Vetera ns and Veterans of the Vietnam Era, (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (25) 52.225-13, Restriction on Certain Foreign Purchases (31) 52.232-33, Payment by Electronic Funds Transfer-Central Co ntractor Registration (May 1999); (34) 52,239-1, Privacy or Security Safeguards, 52.246-1, Contractor Inspection Requirements; 52.246-2, Inspection of Supplies-Fixed Price, 52.246-15 Certificate of Conformance (Apr 1984), 52.247-34 FOB Destination, The fol lowing DFARS clauses apply to this acquisition: A completed copy of the provision at 252.212-7000, Offeror Representations and Certifications-Commercial Items, must be provided with offers, 252.212-7001 Contract terms and conditions, 252.204-7004 Require d Central Contractor Registration, 252.232-7003 Electronic Submission of Payment Requests, 252.225-7028 Exclusionary Policies and Practices of Foreign Governments, 252.225-7027, Restriction on Contingent Fees for Foreign Military Sales, 252.225-7012, Pre ference for Certain Domestic Commodities. The full text of the FAR and DFARS references may be accessed electronically at this address: http://farsite.hill.af.mil. Responses to this RFQ must be signed, dated, and received by 30 June 2006 (Friday), no later than 8:00 AM EST at the US Army RDECOM Acquisition Center, AMSRD-ACC-CC (Debbie Morrow), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. E-mail or fax submissions are acceptable; however, do not send .zip files, as they will be automatica lly deleted by our e-mail server. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contact Debbie Morrow, Contract Specialist, phone (410) 278-2509, fax (410)306-3848, or email debra.morrow@us.army.mil.
- Place of Performance
- Address: RDECOM Acquisition Center - Aberdeen ATTN: AMSSB-ACC-CC, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Country: US
- Zip Code: 21005-3013
- Record
- SN01060697-W 20060603/060601220903 (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 |