Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 19, 2014 FBO #4590
MODIFICATION

84 -- Embroidered Jackets, Polos, and T-Shirts - Solicitation 1

Notice Date
6/17/2014
 
Notice Type
Modification/Amendment
 
NAICS
315210 — Cut and Sew Apparel Contractors
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, MARSOC, Building H-1, Floor 1GS, Camp Lejeune, North Carolina, 28542, United States
 
ZIP Code
28542
 
Solicitation Number
H92257-14-Q-0097
 
Archive Date
7/5/2014
 
Point of Contact
porfirio p aragon, Phone: 9104400176
 
E-Mail Address
porfirio.aragon@usmc.mil
(porfirio.aragon@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Revised solicitation to included pre-production samples and to replace 'brand name or equal to' with 'Comparable in quality, style, and performance (equal) to'. Combined Synopsis/Solicitation (Recruiter Support Materials) 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. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation # H92257-14-Q-0097 is hereby issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-74, Effective 30 May 2014. This is a restricted purchase set-aside for 100% Small Business Concerns. The North American Industry Classification System Code (NAICS) is 315210. The Standard Industrial Classification Code (SIC) for this order is 2321. The small business size standard is 500 employees. The Federal Supply Classification (FSC) for this order is 8405. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This contract will be based on Lowest Price Technically Acceptable (LPTA ). Contract Financing will NOT be provided for this acquisition. CLIN 0001 - MARSOC Embroidered Jackets Specifications: ( Comparable in quality, style, and performance (equal) to North End 88621 Softshell Jacket) Must be 100 percent USA made, 96% polyester / 4% spandex, 7.37 oz bonded three-layer performance soft shell waterproof fabric, 100% polyester stretch back, underarm panels to allow ease of motion, two (2) lower front pockets with full zipper security closures, 8,000 mm waterproofness, an 800g breathability. Color: Black Embroidered/Logos: (1) Emproidered "Tip of Spear" logo with "MARSOC Recruiting & Screening" text on front left chest if wearing the jacket. A patch may also be sewn on in lieu of a fully emroidered logo as long the patch is sewn on prior to government possession. Size - 5in H x 3.5in W. Color - Gray/White. (2) Imprinted "MARSOC logo" on back of jacket. Size - 3in H x 14in L. All logos shall be gray. Color - Gray/White. Sizes/quantities: Small - 3, Medium - 10, Large - 20, X-Large - 12, XXL-5 CLIN 0002 - MARSOC Polo Shirts Specifications: ( Comparable in quality, style, and performance (equal) to Nike Dri-Fit Victory Men's, Style 509167-010) Must be 100 percent USA made, 100% polyester, solid knit collar, 3 button placket, short sleeve, open hem sleeve, preshrunk, tagless, and ergonomic flat-seam construction to minimize chafing. Color: Black Embroidered/Logos: (1) Embroidered "Tip of Spear" logo with "MARSOC Recruiting & Screening" directly below on the right or left chest (depending on any manufacture logos). Color - Gray/White. Size - 4.5in H x 3in W. (2) "MARSOC.com" logo emroidered on left sleeve. Color - Gray/White. Size - 1in H x 3in W. Sizes/quantities: Medium - 20, Large - 22, X-Large - 12, XXL-6 CLIN 0003 - MARSOC PT Shirts Specifications: ( Comparable in quality, style, and performance (equal) to Under Armor Charged Cotton, Style 1217194) Must be 100 percent USA made, durable rib-collor, anti-odor, machine washable, fabric designed to direct sweat away from body, tagless, preshrunk, and no V-neck. Color: Black Design One (1) Embroidered/Logos: (1) Imprinted "Tip of Spear" logo with "MARSOC Recruiting & Screening" directly below (depending on any manufacture logos). Color - Gray/White. Size - 5in H x 3.5in W. (2) Imprinted "MARSOC logo" on back of jacket. Size - 3in H x 14in L. (3) "MARSOC.com" logo emroideered on left sleeve. Color - Gray/White. Size - 1.5in H x 3in W. Sizes/quantities: Medium - 60, Large - 400, X-Large - 380, XXL-60 Design Two (2) Embroidered/Logos: (1) Imprinted "Tip of Spear" logo with "MARSOC Recruiting & Screening" directly below (depending on any manufacture logos). Color - Gray/White. Size - 5in H x 3.5in W. (2) Imprinted "MARSOC logo" on back of jacket. Size - 3in H x 14in L. (3) "0372" logo emroideered on left sleeve. Color - Gray/White. Size - 1.5in H x 3in W. Sizes/quantities: Medium - 10, Large - 40, X-Large - 40, XXL-10 Vendor shall contact the government technical representative for final approval of logo designs before any work shall be begin. Pre-production samples are required and shall be delivered within 20 calendar days of contract award. If pre-production samples fail inspection due to lack of adherence to technical specifications, the vendor shall be required to resubmit a second sample at no additional cost to the government. Place of delivery will be Marine Corps Special Operations Command, Camp Lejeune NC. The final delivery address will be provided upon contract award. The awardee of this award is required to be registered with, understand, and invoice through Wide Area Workflow. CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (JUL 2004) FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.212-1 Instructions to Offerors Commercial Items (APR 2008) FAR 52.212-4 Contract Terms and Conditions Commercial Items (MAR 2009) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JUN2009) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) FAR 52.249-8 Default (Fixed-Price Supply & Services) (APR 1984) DFARS 252.204-7000 Disclosure of Information (DEC 1991) DFARS 252.204-7004 Central Contractor Registration (SEP 2007) ALT A DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 2009) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) DFARS 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability, delivery, and price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.253-1 Computer Generated Forms DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (JUN 2005) SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (JAN 2005) SOFARS 5652.204-9003 Disclosure of Unclassified Information (NOV 2007) SOFARS 5652.204-9002 Instruction for the Use of Electronic Contracts (NOV 2007) SOFARS 5652.252-9000 Notice of Incorporation of Section K (FEB 2007) SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING OFFICER (JAN 2005) Provision 52.212-2, Evaluation-Commercial items, applies to this acquisition. Paragraph (a) of this provision is hereby replaced with the following: Award will be made to the low, responsive, responsible quoter meeting or exceeding the acceptability standards for non-price evaluation factors. The non-price evaluation factors and their acceptability standard are: (1) Technical capability of the items quoted to meet the Government requirement, (2) Ability to meet the required delivery schedule. Vendors are required to register or update their registration on the Central Contractor Registration website at https://www.sam.gov/portal/public/SAM/. This registration is required to receive contract award and will facilitate payment. *** It is very important that all vendors and contractors follow all instructions provided below, when quotes are submitted *** Please include affirmative certification of ability to comply with Required Delivery Date. Additional information required in quotation: DUNS #, CAGE CODE #, and TIN #. The Government is seeking F.O.B Destination. If you have any questions or concerns, please contact SSgt Aragon, Porfy at 910-440-0176 or Email: Porfy.Aragon@usmc.mil. All questions are due by 1200 (12:00 PM) EST June 18th, 2014. Questions shall be directed to SSgt Aragon, Porfy, Contract Specialist, Email: Porfy.Aragon@usmc.mil. Questions are requested to be submitted via Email. Answers to all questions received will be posted via amendment to this solicitation no later than 1200 (12:00 PM) PST June 19th, 2014. Quotes will be accepted via email Attn: SSgt Porfy Aragon at porfy.aragon@usmc.mil only. Late submissions will not be considered. The burden of insuring the Contractor's quotes are received by this office, within the stated timeframe, is the responsibility of Contractor. Please submit your quotations via any method listed below: E-mail Federal Express or like Service Hand-Carried to the Office For email quotes, the Government office designated for receipt of the quote is the email inbox of the addressee indicated above. Notwithstanding the provisions at FAR 52.212-1(c) or FAR 52.215-1(c)(3), delivery is not accomplished until the addressee can open the email; delivery to a server or an email inbox on a server is not considered delivery to the designated Government office and the quotation is not under the Government's control until the addressee can open the email. The email shall not be considered to be delivered unless the entire content of the email and all attachments can be read by the addressee indicated above. Receipt of an electronic acknowledgment from the addressee establishes that a record was received but does not establish that the content sent corresponds to the content received. Email attachments are limited to no more than 2MB. Quoters are specifically warned that email may be subjected to spam filters or attachment stripping. All transmissions must clearly state the solicitation number and the name of the contracting specialist on the first page to ensure proper receipt. Attention is directed to FAR 52.212-1(c), concerning late submissions. Quoters are responsible for allowing adequate time for transmission to be completed. The quoter bears the risk of non-receipt of transmissions, and should ensure that all pages of the proposal (and any authorized modifications) have been received by the designated office before the deadline indicated. Pages of a transmission that arrive after the deadline will not be considered. The Government may make award based solely on the quote received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/MARSOC/H92257-14-Q-0097/listing.html)
 
Record
SN03398154-W 20140619/140618000008-d74f3422bf8167229e92244f42e9749d (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.