MODIFICATION
84 -- AZ ARNG ALTERATION///SITE VISIT SCHEDULED FOR 12 SEPTEMBER 2012.
- Notice Date
- 8/29/2012
- Notice Type
- Modification/Amendment
- NAICS
- 812320
— Drycleaning and Laundry Services (except Coin-Operated)
- Contracting Office
- USPFO for Arizona, 5645 East McDowell Road, Phoenix, AZ 85008-3442
- ZIP Code
- 85008-3442
- Solicitation Number
- W912L2-12-T-0026
- Response Due
- 9/30/2012
- Archive Date
- 11/29/2012
- Point of Contact
- DEBBIE A TELLEZ, 602-267-2831
- E-Mail Address
-
USPFO for Arizona
(debbie.a.tellez@us.army.mil)
- 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. COMMERCIAL ITEM DESCRIPTION: The Arizona Army National Guard USP&FO has a requirement to have the new ASU (Army Service Uniform) altered per the individual soldier needs. The United States Property & Fiscal Office (USP&FO) will be soliciting and establishing a Blanket Purchase Agreement (BPA) contract to an altering/tailor company to establish this task for a potential of a base year period with a possible four, one year options. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR Part 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation W912L2-12-T-0026 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-15. The associated NAICS code is 812320, small business size $5M. The Arizona Army National Guard invites contractors to submit a quote in response to this Request for Quote W912L2-12-T-0026, entitled AZ ARNG ALTERATION. As a result of this solicitation, the Government intends to award one single Firm Fixed Priced (FFP) contract. However, if it is found to be more advantageous to award geographically multiple contracts then the USP&FO will do so to the responsible offerors whose quote represents the best value after evaluation in accordance with the factors and sub factors in the solicitation. Award will be based on price, when combined with past performances are considered approximately equal. Contractors will furnish with their quote reference of contracts of like services performed within the previous 5 years. Attach customer past performance evaluation sheets will be provided to the Contract Specialist not later than the due date of the quote. Project Overview: a.The services will be performed in accordance with the Army Service Uniform Regulation AR 670-1. An interactive website for the Army Service Uniform is also established at the following address : http://www.army.mil/asu/index.html, http://armypubs.army.mil/epubs/pdf/r670_1.pdf b.The units are dispersed geographically throughout the state of Arizona and there is a possibility we will need at least several different Contractor's. One in Flagstaff (Northern), one in Tucson (Southern) and one in the Phoenix (Central) area to handle East Valley, West Valley and Central Corridor with multiple locations. c.The ideal solution is to award to one contractor that can handle the entire contract and all state armory locations. Successful awardees' will be required to drive to the specified armories, size the soldiers within the designated time and on the prescheduled days provided, take the sized uniforms back to their respective place of business to perform the alterations of the uniforms. After alterations are complete, the contractor will transport the uniforms back to armory locations where they were picked up initially and provide them to the assigned Point of Contact at that location. No delivery will be made without the returned pre-coordination with the armory point of contact and the delivery is signed for by that appointed person. The Contracting Officers Representative (COR) will monitor the schedule after coordination with the unit and the contractor. Unit locations map is attached. Detailed Description of the Work to be performed: Alterations: The contractor is responsible for all measuring of soldiers. All measuring of uniform will be in accordance with AR 670-1, AR 700-84 and TM 10-227. (http://www.apd.army.mil/pdffiles/r700_84.pdf), (http://www.combatindex.com/store/tech_man/Sample/Clothing_and_Gear/TM_10-227.pdf) a.Enlisted Jacket - Army rank, hemming of sleeves, coat sleeve ornamentation (if needed), overseas service bar (if authorized) and service stripes (if applicable). b.Enlisted Slacks - hemming of pants (leg, waist), enlisted braid (E5 to E9). c.Enlisted Skirt- hemming of skirt d. Uniform coats and jackets (male and female). The sleeve length will be IAW AR 670-1, (1-9b(2)) e.Slacks will be fitted and worn IAW AR 670-1, (1-9b(3a-b)) f. Skirt lengths will be IAW AR 670-1, (1-9b(4)) g.Contractor will send a weekly itemized summarized listed with soldiers unit, name, and services provided and cost to Government Contracting Officer Representative (COR), (specific phone numbers/email addresses to be provided following award.) Place of Performance: Contractor's location or coordinated armory visits on Saturday (once a month). Hours can be between 7am to 5pm coordinated between COR and contractor. a.If a unit requests service at an armory location, unit is responsible for a minimum fitting of 10 and a maximum of 50 personnel a day. The unit supply sergeant will coordinate with COR, who will set-up the visit with the contractor. A quantity of 9 or less may go to the vendor after coordination with COR and he/she gives approval. b.Soldiers will go to the contractor's facility when possible. c.Enlisted soldiers in remote sites (50 miles from the contracted location) will contact unit supply sergeant who will contact COR to see if G4 will approve reimbursement for soldier having alterations completed at local alteration shop. Government Personnel will provide: a.Army Service Uniform (jacket and pant) b.Rank and additional items listed in Detailed Description of the Work to be performed c.Shoes for wear during fitting of trouser IAW 670-1 Contractor Furnished Material: a.Contractor will provide all material needed to alter and embroider uniforms. b.If Contractor does sizing at armory, contractor is responsible for adequate transportation and safe stowage of uniforms to contractor's location where services are performed. Delivery: a.When all uniforms are complete the contractor will contact the unit supply sergeant for delivery back to unit. Contractor has a maximum of 10 business days to complete embroidery or operational alterations. b.If there are discrepancies in fitting of uniform after alterations, soldier has 30 days to personally take uniform to contractor's location to be re-sized at no additional cost (this is a one time re-sizing). c.Emergencies will be on a case-by-case basis with a 72 hour turn-around time. Notification will come from Unit Supply Sergeant to COR who will notify the contractor about emergency services to alter uniform. An estimate of uniforms on a monthly basis: a.Phoenix- 1 to 100 b.Tucson- 1 to 50 c.Flagstaff- 1 to 50 The contractor will not alter any uniform at their location without a memorandum received from the Unit Supply Sergeant. The memorandum will tell the contractor the alterations needed, unit, soldiers name and Supply Sergeants information. The contractor will fax a copy of the memorandum to the COR to reconcile his/her records. A photo of the Army Service Uniform can be found at http://www.army.mil/asu/ ALTERATIONS WILL NOT include the following: a.Any other accessories than what is mentioned above b.More than one uniform c.Civilian clothing Award without Discussions: The Government intends to award without discussions; therefore Offerors should submit their best prices in their initial offer. If FAR Provision 52.212-2 Evaluation-Commercial Items, is included, Offerors must submit all information requested therein in order for the Government to determine technical acceptability. A site visit will be scheduled for a date and time to be determined and this announcement will be amended. This site visit will allow attendees to view a sample of the uniforms at the USP&FO located in the Allen Readiness Center, building M5260, 5636 E. McDowell Road, Phoenix, AZ 85008. Site visit attendance is urged, but is not mandatory; however failure to attend a site visit shall not be a reason for price increases to the contract after contract award. Submit names of all attendees to Procurement Technician via email to debbie.a.tellez@us.army.mil no later than 3 days prior to the scheduled site visit. Offerors who do not submit names of attendees will not be given access to the site. ALL attendees must show ID at guard gate. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements required in this synopsis. Clauses Incorporated by Reference, This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this address: (http://farsite.hill.af.mil); 52.252-6, Authorized Deviations in Clauses; The following provisions are applicable to this solicitation and can be viewed through Internet access at the FAR Site, http://farsite.hill.af.mil; 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in and will be incorporated into the resulting contract. FAR 52.204-4, Printed or Copied-Double Sided on Recycled Paper; FAR 52.204-7, Central Contractor Registration; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations of Subcontracting; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.212-1, Instructions to Offerors,. FAR 52.212-3 (Alt 1), Offerers Representations and Certifications, Commercial Items (offerors shall include a completed copy as part of their quote). FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 ALT A, Required Central Contract Registration, Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION) ; 52.203-3, Gratuities, 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government; 52.219.1 (Alt II), Small Business Program Representation; 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.233-3 Protest After Award; 52.222-37, Employment Reports On Special Disabled Veterans; 52.222-3, Convict Labor; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.252-2, 252.225-7001, Buy American Act Balance of Payment; 252.225-7000, Buy American Act Balance of Payment; 252.225-7036, Buy American Act-NAFTA; 252.232-7003, Requests for Equitable Adjustments; 252.212-7000, Offer representations and Certifications-Commercial Items (Posted at website); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) (full text available at http://farsite.hill.af.mil); 252.225-7012, Preference for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustment; 252.247-7022, 52-242-17, Government Delay of Work; 52.247-34 F.O.B.. Destination;252.232-7010 Levies on Contract Payments; 252.243.7001 Pricing of Contract Modifications; 52.209-6 Protecting the government's Interest when subcontracting with contractors Debarred, suspended, or Proposed for Debarment; 52.219-6 Notice of total small business Set-Aside; 52.222-50 Combating Trafficking in Persons; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving ; 52.204-99 System for Award Management Registration, in lieu of FAR clause 52.204-7 (if applicable). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. Offerors are required to submit questions to the email address noted below not later than 21 SEPTEMBER 2012 5 P.M. Eastern Standard Time. Vendors should register in SAM to be eligible for a government award (https://www.sam.gov/portal/public/SAM/). Submit quotes with all necessary documentation requested and the attached price breakdown. Quotes will be due by 30 SEPTEMBER 2012, 10 a.m. local time. Failure to submit your quote by the due date may result in no further consideration being given to your quote. Email quotes will be accepted at debbie.a.tellez@us.army.mil, reference RFQ# W912L2-12-T-0026 in the subject line. FAX quotes will be accepted AT 602-267-2429. Quotes can also be mailed to NGAZ-PFO-PC, USPFO FOR ARIZONA, 5645 E. MCDOWELL RD, BLDG 5800, PHOENIX, AZ 85008. Attachments include: Attachment A: Price breakdown Attachment B: Map of Arizona Army National Guard Armories. MODIFICATION ADDED: SITE VISIT for the AZ ARNG ALTERATION contract is scheduled for 12 September, 2012 at 0900hrs. This site visit will allow attendees to view a sample of the uniforms and ask any questions they need to. This site visit will be at the Allen Readiness Center, building M2560, 5636 E. McDowell Road, Phoenix, AZ 85008. Offerors are required to submit names of all attendees to the email address below no later than 7 SEPTEMBER 2012. Offerors who have not submitted their names will not be allowed access onto the base. All offerors are required to present their ID at the gate. DIRECTIONS: A) After gate stay to the right of the round about, continue on and B)continue left. (big parking lot will be on your right) Approximately 300 yards take a left (air field will be on your left). At stop sign take a right and continue down the road and take the next left ( Allen Readiness Center will be on your left). MAP ATTACHED Enter the Allen Readiness building through the front door. Take a right and Classroom #3 is the 2nd door on the left of the hallway.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA02/W912L2-12-T-0026/listing.html)
- Place of Performance
- Address: USPFO for Arizona 5645 East McDowell Road, Phoenix AZ
- Zip Code: 85008-3442
- Zip Code: 85008-3442
- Record
- SN02860170-W 20120831/120829235643-526584d220ed8e65820177b7ff0265f7 (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 |