Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2012 FBO #3944
SOLICITATION NOTICE

84 -- Combat Service Identification Badges (CSIB)

Notice Date
9/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315999 — Other Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-12-T-0051
 
Response Due
9/17/2012
 
Archive Date
11/16/2012
 
Point of Contact
David A Oglesby, 601-313-1636
 
E-Mail Address
USPFO for Mississippi
(david.oglesby@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. This solicitation number W9127Q-12-T-0051 is issued as a Request for Quotation (RFQ). The RFQ incorporates provisions and clauses as those in effect through Federal Acquisition Circular Number 2005-60. This solicitation is set aside for small business. NAICS code is 315999 and size standard is 500. SEE ATTACHED PDF DOCUMENT WITH LISTING OF CSIBs REQUIRED. All Combat Service Identification Badges (CSIB) shall meet the standards prescribed by the Institute of Heraldry (http://www.tioh.hqda.pentagon.mil/default.aspx). Delivery/installation required not later than 30 days after date of contract. Offer is to be FOB Destination, delivered to J4 DSCLOG, 144 Military Drive, Jackson, MS 39232-8861. The following FAR provisions and clauses apply to this solicitation: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.204-99, System for Award Management Registration (DEVIATION); 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3, Offeror Representation and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222.26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions Incorporated By Reference; 52.252-2, Clauses Incorporated by Reference; and 52.252-6, Authorized Deviations in Clauses. The following Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses apply to this solicitation: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; 252.225-7000, Buy American Statute--Balance of Payments Program Certificate; 252.225-7001, Buy American and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006, Wide Area WorkFlow Payment Instructions; 252.232-7010, Levies on Contract Payments; and 252.247-7023 Alt. III, Transportation of Supplies by Sea-Alternate III. Copy of provisions and clauses are available on the Internet at http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. Qualifying offers must meet the stated specifications. Offerors must have a valid DUNS Number; must be able to receive payments via Electronic Funds Transfer (EFT/Direct Deposit); and must be registered with the System for Award Management database (SAM) (web address for registration: http://www.sam.gov). It is the Government's intent to award a Firm-Fixed Price contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government. Required information and completed offer, to include specifications, warranty information, and descriptive literature may be emailed to David.Oglesby@us.army.mil. Offer must be received no later than 9:00 AM CT, September 17, 2012. All responsible sources may submit an offer, which shall be considered by the agency. Questions may be addressed to LTC David Oglesby at (601) 313-1636 or David.Oglesby@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-12-T-0051/listing.html)
 
Place of Performance
Address: USPFO for Mississippi 144 Military Drive, Jackson MS
Zip Code: 39208-8860
 
Record
SN02874619-W 20120911/120909233352-d9fc049b9d924e980679a19c5283fae4 (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.