Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2012 FBO #3906
MODIFICATION

S -- ASU Alterations for the Massachusetts Army National Guard

Notice Date
8/2/2012
 
Notice Type
Modification/Amendment
 
NAICS
811490 — Other Personal and Household Goods Repair and Maintenance
 
Contracting Office
USPFO for Massachusetts, 50 Maple Street, Milford, MA 01757-3604
 
ZIP Code
01757-3604
 
Solicitation Number
W912SV-12-T-0025
 
Response Due
8/6/2012
 
Archive Date
10/5/2012
 
Point of Contact
Margaret Leslie Sullivan, 508-233-6670
 
E-Mail Address
USPFO for Massachusetts
(margaret.l.sullivan@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
8/2/2012 Modification EXTENDING Solicitation to Monday, August 6th, 2012 1600 (4pm) EST. 7/16 modification **EXTENDING Solicitation until 0800 EST, August 3, 2012.** 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 is a Combined Synopsis/Solicitation is prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Quotes are being requested and this solicitation is being issued as a Request for Quote (RFQ). This procurement is a small business set aside. The NAICS code is 811490 Other Personal and household goods repair and maintenance with a size standard of $7.0 million dollars. The following commercial services are being requested I this solicitation as detailed in the Statement of Work (SOW). All quotes should be based on minimum requirements listed in the SOW. This solicitation will close Monday, August 6, 2012 1600 (4pm) EST. SUBMISSION REQUIREMENTS The offerors proposals must be based on minimum SOW requirements including a price proposal and past performance. Price and past performance will be equally evaluated. STATEMENT OF WORK (SOW) 1. Project Scope: Provide alteration services for the Army Service Uniforms (ASU) to all m-day enlisted soldiers in the Massachusetts National Guard. 2. Period: 03 August 2012 through 31 January 2012. 3. Physical Location: Measurements and sizing will be preformed are unit armories. Alteration work will be performed at vendor's address. 4. Supplies and Equipment: Unit will provide ASU's (Coat, Trouser, Skirts, Ranks, Service Stripes, Overseas service bars, and Unit Patches) 5. Payment Rate: Vendor will invoice bi-monthly as needed. 6. Acceptance Criteria: The vender will alter ASU's Coat sleeves, and attach the following: soutache braid, rank, service strips, overseas service bars, and unit patch. Vendor will travel to the unit armories throughout the state to size every individual soldier. Alter the uniform and return to the unit armory upon completion. Alteration must meet the Army standard. Any alteration not listed will not be paid for. 7. Total not to exceed $315,000.00 dollars overall 8. Special Requirements: Each ASU will be altered in accordance to AR 670-1 Army Uniform Regulations, ALARACT 203/2010 a.Male ASU complete alterations to include: i) ASU Coat: i.Attach: 1 1/8-inch soutache braid of gold-colored nylon or rayon to each sleeve 3inches above the bottom of the sleeve ii.Attach: Service strips center on the outside bottom half or the left sleeve. The service stripe is placed at an angle of 45 degrees with the lower end toward the inside seem of the sleeve, and it is placed 4 inches from the bottom of the sleeve. For each addition period of 3 years honorable service, another service strip is added above and parallel to the first, with a 1/16-inch space between strips iii.Attach: Overseas service bars center on the outside bottom half of the right sleeve. The lower edge of the overseas service bar is placed 4 inches above and parallel to the bottom of the sleeve iv.Attach: Unit patch non-subdued centered on the left sleeve inch below the top of the shoulder seam. When the Sapper, Ranger, Special Forces, or Presidents Hundred tab is worn the tab is placed inch below the top of the shoulder seam and the patch inch below the tab. v.Attach: Rank is positioned on outside of each sleeve centered from the elbow to the shoulder. ii)ASU Trousers: i.Hem each trouser legs after measuring the soldier b.ASU Female uniform complete alterations to include: i)ASU Coat: i.Attach: 1 1/8-inch soutache braid of gold-colored nylon or rayon to each sleeve 3inches above the bottom of the sleeve ii.Attach: Service strips center on the outside bottom half or the left sleeve. The service stripe is placed at an angle of 45 degrees with the lower end toward the inside seem of the sleeve, and it is placed 4 inches from the bottom of the sleeve. For each addition period of 3 years honorable service, another service strip is added above and parallel to the first, with a 1/16-inch space between strips iii.Attach: Overseas service bars center on the outside bottom half of the right sleeve. The lower edge of the overseas service bar is placed 4 inches above and parallel to the bottom of the sleeve iv.Attach: Unit patch non-subdued centered on the left sleeve inch below the top of the shoulder seam. v.Attach: Rank is positioned on outside of each sleeve centered from the elbow to the shoulder. ii)ASU Slacks: i.Hem each trouser legs after measuring the soldier iii)ASU Skirt: i.Hem the skirt knee length to (not to exceed one inch above or below the knee), slightly flared. c.Vendor will pick up uniforms at armory and return them to the armory upon completion. Please include delivery charges if any. d.References include: 670-1 (Uniform Policy), and Common Table of Allowances 50-900 (Organizational Clothing). INSTRUCTIONS TO OFFERORS Please submit quotes in writing on letter head with tax ID#, CCR (Cage code), dated with a point of contact. Please provide a firm-fixed price quote per each set/type of alterations. Please provide the appropriate cost per set for a "Male ASU complete alterations" and a cost per set of a "Female ASU complete alterations", and include delivery charges as a separate item if there are any charges. All proposals must be submitted in writing to: Margaret Sullivan USPFO P & C Office 50 Maple Street Milford, MA 01757 or via email to: Margaret.l.sullivan@us.army.mil All proposals must be submitted no later than Monday, August 6, 2012, 1600 (4pm) EST. End the Statement of Work _____________________________________________________________________________ The Government intends to evaluate proposals and make awards(s) without discussions with offerors (except for needed clarifications as per FAR 15.306(a). Therefore, your initial proposal should contain your best terms, as it pertains to cost/pricing. Do not assume you will have the opportunity to clarify, discuss, or revise your original proposal. At Governments discretion, offerors may be asked for more information or to clarify their offer, request for such information doesn't constitute discussions. However, the Government reserves the right to conduct discussions if the Contract Officer later deems it necessary. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provision can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract. 1) FAR 52.204-7 - Central Contractor Registration 2) FAR 52.201-1 - Instructions to Offerors--Commercial Items 3) FAR 52.212-2 - Evaluation--Commercial Items 4) FAR 52.212-3 - Offeror Representations and Certifications--Commercial Items, with Alternate I 5) FAR 52.212-4 - Contract Terms and Conditions--Commercial Items 6) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: a. FAR 52.222-3 - Convict Labor b. FAR 52.222-21 - Prohibition of Segregated Facilities c. FAR 52.222-26 - Equal Opportunity d. FAR 52.222-36 - Affirmative Action for Workers with Disabilities e. FAR 52.222-41 Service Contract Act of 1965 f. FAR 52.222-50 - Combating Trafficking in Persons g. FAR 52.223-2 - Affirmative Procurement of Biobased Products Under Service and Construction Contracts. h. FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving i. FAR 52.225-13 - Restrictions on Certain Foreign Purchases j. FAR 52.232-33 - Payment by Electronic Funds Transfer - Central Contractor Registration k. FAR 52.232-36 - Payment by Third Party l. FAR 52.233-3 - Protest After Award m. FAR 52.233-4 - Applicable Law for Breach of Contract Claim n. FAR 52.237-1 - Site Visit o. FAR 52.237-2 - Protection of Government Buildings, Equipment and Vegetation 7) FAR 52.219-6 - Notice of Total Small Business Set-Aside 8) FAR 52.252-2 - Clauses Incorporated by Reference 9) DFARS 252.203-7000 Requirements relating to Compensation of Former DoD Officials 10) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 11)DFARS 252.204-7004 Central Contractor Registration, Alternate A 12)DFARS 252.209.7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 13)DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.247-7023 ALT III Transportation of Supplies by Sea Alternate III 14) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 15) 252.232-7010 Levies on Contract Payments 16) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel FAR 52.222-42 Statement of Equivalent Rates for Federal Hires ** Use the appropriate Wage Determination for your location** http://www.wdol.gov/ ; (select *Selecting SCA WDs, next select Massachusetts, next select the county your business is located in and select "continue"; next select "no"; select No, again. You should get the Wage Determination for your area. Please call me if you need further assistance. Margaret Sullivan, 508-233-6670. ** I cannot take questions verbally about the solicitation only about assisting you with the Wage Determination. All questions about the solicitation must be submitted in writing to margaret.l.sullivan@us.army.mil. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offer may obtain information on registration at www.ccr.gov. Also in accordance with FAR 52.212-3, Offeror Representations and Certifications Commercial items, Offerors shall have completed registration on the ORCA website at https://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19/W912SV-12-T-0025/listing.html)
 
Place of Performance
Address: USPFO for Massachusetts 50 Maple Street, Milford MA
Zip Code: 01757-3604
 
Record
SN02825428-W 20120804/120803001126-172602b03cfaaee1314a9eb2c19a4a91 (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.