SOLICITATION NOTICE
84 -- Dress Blue Overcoats and Old Guard Scarves for National Guard Honor Guard Personnel.
- Notice Date
- 8/16/2007
- Notice Type
- Solicitation Notice
- NAICS
- 315222
— Men's and Boys' Cut and Sew Suit, Coat, and Overcoat Manufacturing
- Contracting Office
- USPFO for New York, 330 Old Niskayuna Road, Latham, NY 12110-2224
- ZIP Code
- 12110-2224
- Solicitation Number
- W16L6D71861002
- Response Due
- 8/28/2007
- Archive Date
- 10/27/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is 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; proposals are being requested and a written solicitation will not be issued.This requirement will be 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) Code is 315222, the small business size standard is 500 Employees. REQUIREMENT: CLIN 0001:162 MDW Overcoat,the overcoat is a full length, full height and length,double-breasted male coat, lined to the waist, has a convertible collar, belt loops,welt pockets with through hand openings, button down shoulder loops (for enlis ted versions), and a center back vent. The sleeves have sleeve ornamentation-enlisted soutache for the enlisted version and officer branch braid for the officer version. The liner is sleeveless, with a stitched-down lining to the waist, hand openings, an d bound edges. The liner is attached by means of a slide fastener. The referenced specification is NATICK stock number Mil-0-43537B, Natick Number 319A, for OVERCOAT, MANS, WOOL, BLUE, WITH REMOVABLE LINER, with the following exceptions: a. Shell Material; The overcoat shell material shall be 55/45 Polyster/Wool Elastique material, 13.5 ounce, Class 2 (water repellent treated), dyed to Shade 450 and shall conform to specification UQC S-07-06, 11 OCT 2006. The cloth shall be teflon (TM)- treated in accordance with the specification. The cloth dye lot shall be certified and shall contain the requisite chromograph. The treated 55/45 Wool blend is in lieu of the untreated 100% Wool cloth. b. The liner shall be made of thinsulate (TM), quilted lining, in lieu of the melton wool lining c. Buttons shall be bright Hamilton-finish buttons in lieu of the standard finish buttons. d. No belt is required, but, belt loops shall be included on the coat body per spec. e. Sew shoulder strap clips onto the shoulders for officer coats. f. Required sizes (Male coats): Overcoat: Size QTY 34S 1 36S 3 38S 11 38R 4 40S 12 40R 6 40L 4 42S 6 42R 9 42L 6 44S 4 44R 29 44L 6 46S 3 46R 27 46L 5 48R 15 48L 2 50R 5 50L 2 52R 2 Total 162 CLIN 0002: OLD GUARD SCARF 162 EACH: A scarf will be tubular 4-ply weave construction without an edge seam and with unstretched length of 48 inches (plus/minus one inch) and a single - fold width of 9 inches (plus/minus 1/2 inch). The ends shall be finis hed an overhook stitch with no fringe. The gage of the stitching shall be 9 stitches (+/- one stitch)per inch in both the transverse and horizontal directions. The yarn material shall be 50% merino wool, 50% acrylic. The color shall be uniform and shall be cable #67140, Ivory HAP. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated into the solicitation and the resulting contract: FAR 52.212-1, Instructions to Offerors--Commercial Items; FAR 52.212-2, EvaluationCommercial Items; FAR 52.212-3 A LT1, Offeror Representations and CertificationsCommercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items; FAR 52.204-7, Central Contractor Registration; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregation Facilities; FAR 52.222-26 , Equal Opportunity; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration; FAR 52.233-2, Service of Protest After Award; FAR 52.233-3, Protest After Award; FAR 52.2 33- 4, Applicable Law for Breach of Contract Claim; FAR 52.219.1, Small Business Program Representation; FAR 52.252-2, Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they we re given in full text. Full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil; DFARS 252.204-7004 ALT A, Required Central Contract Registration, Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 25 2.232-7003, Electronic Submission of Payment. EVALUATION FACTORS: The contract type for this procurement will be Firm-Fixed price and award will be made on the basis of low price/technical acceptability. In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the offeror does not become registered in the CCR database by the due date/time of quote, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Offerors may obtain information on registration at www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Quotes are due NLT 10:00 a.m. EST on 28 August 2007. Quotes may be mailed to: USPFO for New York, Attention Connie Riley, 330 Old Niskayuna Rd., Latham, Ny 12110 or e-mailed to: constance.riley@us.army.mil or faxed to 518-786-4985. Phone number 518-786-4747. Alternate POC is Mark Walsh, e-mail: mark.r.walsh@us.army.mil (518)786-4986. Quotes must arrive at the place and by the time specified. All offers shall be clearly marked with the quotation number, offerors name and address, point of contact, phone number, fax number, and e-mail address (if available). Quote must include specifications/descriptive literature of items being offered, if other than brand specified, cost/price to include any shipping and handling to 12110. Questions may be e-mailed to the address above; please no telephone calls.
- Place of Performance
- Address: USPFO for New York 330 Old Niskayuna Road, Latham NY
- Zip Code: 12110-2224
- Country: US
- Record
- SN01375169-W 20070818/070816221856 (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 |