Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2014 FBO #4655
MODIFICATION

84 -- Nametapes and Patches - Modified to add Attachments 1 & 2

Notice Date
8/21/2014
 
Notice Type
Modification/Amendment
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-14-R-0055
 
Response Due
9/19/2014
 
Archive Date
10/20/2014
 
Point of Contact
Roberta Boswell, 508-233-6162
 
E-Mail Address
ACC-APG - Natick (SPS)
(roberta.f.boswell.civ@mail.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. Solicitation Number: W911QY-14-R-0055 Notice Type: Combined Synopsis/Solicitation (i) INTRODUCTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in combination with Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested a written solicitation will not be issued. (ii) SOLICITATION TYPE: This solicitation, numbered W911QY-14-R-0055 issued as a Request for Proposal (RFP). (iii) CURRENTNESS: The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation. (iv) SET-ASIDE : This acquisition will be set aside for 100% small business. The North American Industry Classification System (NAICS) Code is 314999, and the size standard is 500 employees. The Government anticipates awarding one or more Firm Fixed Price BPA's for Nametapes and Patches. (v) Contract Line Item Numbers (CLINs): Each CLIN will be dependent on individual Calls under this Blanket Purchase Agreement (BPA). (vi) DESCRIPTION OF REQUIREMENTS: Requirement: Please See Statement of Work for: Nametapes - Attachment 1 Patches - Attachment 2 Contract Details The Product Manager-Soldier Clothing and Individual Equipment (PM-SCIE) will enter into a Blanket Purchase Agreement (BPA) for a three year ordering period with Firm Fixed Price (FFP) CLINs. This Blanket Purchase Agreement (BPA) does not obligate any funds and is not a binding contract. The Government will be obligated only to the extent that authorized BPA calls are actually made under this agreement. BPA Master Dollar Limit - $650,000.00 BPA Call Limit: $149,000.00 Ordering Procedures Each order under this agreement will be assigned a call number by Natick Contracting Division (NCD). Invoices shall reflect BPA number and call number. A call number will be associated with each delivery. The NCD point of contact is Ms. Lisa Mardin at (508) 233-6121 or lisa.m.mardin.ctr@mail.mil. Invoicing Monthly billing is preferred. The invoice shall include the following information below: 1. Name of supplier 2. BPA number and call number 3. Itemized list of work performed and being invoiced for (including quantity, unit price, and extended subtotals/total) The BPA holder will be required to submit an invoice and receiving report (COMBO) with approving DD250 through Wide Area Workflow (WAWF) for each BPA call delivery. An approving DD250 can be obtained from the POC by submitting an advance copy of the invoice (before loading into WAWF) to the PCO for review. (vii) DELIVERY: The POC holder shall ensure that deliveries are documented with the correct contract information: 1. Name of supplier 2. BPA number and call number 3. Itemized list of work performed and being invoiced for (including quantity, unit price, and extended subtotals/total) The BPA holder, unless otherwise directed, shall ship directly to the following address indicated in the ship to block of the BPA. PM Soldier Equipment Staging/Net Facility DODAAC W912H7 Mr. Jim Gustafson 7100 Millet Hwy Lansing, MI 48917 (517) 316-4072 (viii) PROPOSAL INSTRUCTIONS: Parts of the provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and is incorporated by reference into this RFP. All actions in regards to this RFP will be in accordance with FAR Part 13.303 - Blanket Purchase Agreements. (ix) EVALUATION OF PROPOSALS: The Evaluation of Proposals for this RFP will be as follows: Evaluation of Proposals: This Request for Proposals (RFP) is for a Blanket Purchase Agreement (BPA) and therefore will not evaluate pricing. Pricing and Costs will be evaluated through each individual Call under this BPA. Price reasonableness will be determined at the time of award for each Call. PM-SCIE will establish a number of BPAs with multiple vendors to allow for maximum competitive pricing and rapid response to the needs of PM-SCIE. Parts of the provision of 52.212-2, Evaluation -- Commercial Items, apply to this acquisition and are incorporated by reference into this Request for Proposals (RFP). Proposals will be evaluated on the following factors: Compliance with Government requirements, Technical Capabilities, and Past Performance. (x) OFFEROR REPRESENTATIONS AND CERTIFICATION: Offerors will include a completed copy of the provision at 52.212-3, Offerors Representations and Certifications - Commercial Items, with this offer. (xi) STANDARD TERMS & CONDITIONS: The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference into this RFP. (xii) ADDITIONAL TERMS & CONDITIONS: The following FAR and DFARS clauses apply to this acquisition and are incorporated by reference: 52.202-1 Definitions JAN 2012 52.203-3 Gratuities APR 1984 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I OCT 1995 52..203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions SEP 2007 52.204-7 System for Award Management FEB 2012 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2010 52.223-3 Convict Labor JUNE 2003 52.222-19 Child Labor - Cooperation with Authorities & Remedies JULY 2010 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-50 Combating Trafficking in Persons AUG 2007 52.222-54 Employment Eligibility Verification SEP 2009 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-1 Disputes JULY 2002 52.233-3 Protest After Award AUG 1996 52.242-15 Stop-Work Order AUG 1989 52-243-1 Changes- Fixed Price AUG 1987 52.247-34 F.O.B. Destination NOV 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-0001 Line Item Specific: Single Funding SEP 2009 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By DEC 2006 The Government of a Terrorist Country 252.211-7003 Alt I Item Identification and Valuation (Jun 2011) Alternate I Dec 2011 252.225-7001 Buy American and Balance of Payments Program DEC 2012 252.225-7002 Qualifying Country Sources As Subcontractor DEC 2012 252.225-7012 Preference for Certain Domestic Commodities Feb 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.246-7000 Material Inspection And Receiving Report MAR 2008 252.247-7022 Representation of Extent of Transportation by Sea AUG 1992 252.247-7023 Alt I Transportation of Supplies by Sea Mar 2000 5152.232-7003 Invoicing Instructions and Payment (WAWF Instructions) MAR 2008 52.252-2 Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/farsite_alt.html (xiii) SUBMISSION OF PROPOSALS: Proposals shall be submitted electronically to Lisa Mardin at NCD via lisa.m.mardin.ctr@mail.mil. All proposals shall be submitted by 3:00pm Eastern Time on 19 Sept 2014. **Proposals will only be accepted electronically via the email address provided above. (xiv) QUESTIONS: Questions regarding this acquisition may contact Lisa Mardin at the above listed email address. Additional Info: US Army Contracting Command - APG - Natick Contracting Division Contracting Office Address: Army Contracting Center - Aberdeen Proving Ground, ATTN: CCAP-SCN-NESSIE Natick Contracting Division 100 Medway Road, Suite 301 Milford, MA 01757 Point of Contact: Ms. Lisa Mardin at (508) 233-6121 or lisa.m.mardin.ctr@mail.mil. ATTACHMENT 1 STATEMENT OF WORK Title: Nametapes 1.0Background and discussion: This Scope of Work (SOW) covers an effort to provide deploying soldiers with nametapes associated with the Operational Enduring Freedom (OEF) uniform requirements. By regulation these items can only be provided by an organization that has been certified by The Institute of Heraldry (TIOH) and must meet the requirements identified in MIL-DTL-12718; Insignia, Distinguishing, Army and Air Force, Woven. The production of these nametapes require a maximum 30 day turn around for all require-ments as the soldiers must have the required identification prior to being deployed. In emergency situations, with less than 10 soldiers, the vendor may be asked to meet a one week turn-around time. This effort is critical in identifying and protecting soldiers deployed to theaters of operation. 2.0 Objective: The objective of this effort is to ensure every soldier deployed to theater meets all uniform requirements. 3.0Applicable Documents: 3.1MIL-DTL-12718; Insignia, Distinguishing, Army and Air Force, Woven 4.0 Requirements: 4.1 Offeror must be able to produce Army nametapes that meet all requirements of specification in less than 30 days to meet the deployment needs of soldiers. 4.2 Offeror must be able to produce Air Force and Navy nametapes that meet all requirements of specification in less than 30 days to meet the deployment needs of service members 4.3 Offeror must be able to quick turn orders of less than 10 names in one week in emergency situations. 4.4 Offeror must be able to input consolidated invoices in Wide Area Workflow (WAWF) on no more than a twice a week basis to ensure government payment process effort works for all parties. 4.5 Offeror must provide Order confirmation within 48hrs (2 business days) 4.6 Offeror must provide upon shipment of order (Invoice/tracking#/date/carrier) 4.7 Offeror must be able to provide open order status upon request 4.8 Offeror must be able to acknowledge and resolved all discrepancies within 48hrs (2 business days) 5.0 Government Furnished Material: N/A 6.0 Ordering Period: Three years from Contract Award.. 7.0 Travel: N/A 8.0 Qualifications: The offeror must be a source certified by the Institute Of Heraldry and familiar with the processes involved in making OCP nametapes. 9.0 Deliverables: The Army will receive nametapes in the correct camouflage material, thread shade and style 30 days after identification of the names. The total quantity will not exceed $650,000.00 over the course of the contract. 10.0 Quality Assurance: 10.1 Responsibility for Inspection. The offeror shall be responsible for the performance of all inspection requirements specified in the product description. The offeror may use his own or any other facilities, with Government concurrence, suitable for the performance of the inspection requirements specified herein. The Government reserves the right to audit, perform, witness, or verify any of the inspections set forth herein where the inspections are deemed necessary to assure supplies and services conform to prescribed requirements. The offeror shall be responsible for correcting any deficiencies found during Government testing in all affected contractor product. 10.2 Inspection and Test Records. The offeror shall maintain complete and accurate records and empirical data of all inspections and tests, and shall make those records available for review or audit by the Government upon request. 10.3 Conformance Inspection Procedures. The offeror shall prepare conformance inspection procedures for each item, in compliance with the specifications. The plan should include the lot sampling plan in accordance with ANSI/ASQ Z1.4. Unless otherwise stated in the contract, an AQL of 2.5 for majors and 4.0 for minors should be used. The lot shall be unacceptable for use in production of end items if any sample unit fails to meet any requirement specified. Test reports, showing results of required tests, shall be available for each lot of material used in the end item lot. All test reports shall contain the individual values utilized in expressing the final results. It is solely the offeror's responsibility to schedule testing and obtain reports. Test facilities, equipment, and procedures used (either the contractor's or an independent testing facility) shall be identified to the Government and will be subject to approval by the contracting officer. 10.4 Berry Amendment. The Prime Contractor and the entire supply chain are required to adhere to the Berry Amendment. The Prime Contractor shall educate and mentor the entire supply chain in the implementation and maintenance of Berry Amendment compliance. The Prime Contractor shall assess the entire supply chain for compliance to the Berry Amendment, and shall maintain documentation of Berry product compliance, and supply chain education, mentoring, and assessments. The Government shall assess the Prime Contractor's compliance to the Berry Process in conjunction with the Quality Systems assessment of Purchasing and Supplier Control. The Government cannot accept noncompliant garments, and the contractor shall not be paid for any items in violation of the Berry Amendment. If a Berry Amendment violation is determined to have occurred after the government has accepted delivery, the contractor is required to replace the item in violation of the Act with an item from a domestic source, at their own expense. Once the offeror has provided items from an acceptable source; the Government may again accept delivery and compensate the contractor. The Government may pursue additional claims against the contractor if the Government incurred other damages due to non-compliance. ATTACHMENT 2 STATEMENT OF WORK Title: Embroidered Insignia (Patches, Rank and Unit Insignia) 1.0Background and discussion: This Scope of Work (SOW) covers an effort to provide deploying soldiers with embroidered patches, rank, unit insignia or identification associated with the Operational Enduring Freedom (OEF) uniform requirements. By regulation these items can only be provided by an organization that has been certified by The Institute of Heraldry (TIOH) and must meet the requirements identified in MIL-DTL-14651; Insignia, Embroidered, Rank, Grade and Service Stripes. Existing Unit Patches shall be identified by Management Control Number (MCN) and meet the requirement for MIL-DTL-14652; Insignia, Embroidered, Organizational, Badges and Branch of Service. The production of these patches require a maximum 30 day turn around for all requirements as the soldiers must have the required identification prior to being deployed. In emergency situations, with less than 10 soldiers, the offeror may be asked to meet a one week turn-around time. This effort is critical in identifying and protecting soldiers deployed to theaters of operation. 2.0 Objective: The objective of this effort is to ensure every soldier deployed to theater meets all uniform requirements. 3.0Applicable Documents: 3.1MIL-DTL- 14651 - Insignia, Embroidered, Rank Grade and Service Stripes 3.2MIL-DTL-14652 - Insignia, Embroidered, Organizational, Badges and Branch of Service 4.0 Requirements: 4.1 Offeror must be able to produce unit identification insignia (patches and unit insignia) that meet all requirements of specification in less than 30 days to meet the deployment needs of soldiers. 4.2 Offeror must be able to produce Air Force and Navy rank and unit identification insignia (patches and unit insignia) that meet all requirements of specification in less than 30 days to meet the deployment needs of service members 4.3 Offeror must be able to quick turn orders of less than 10 soldiers in one week in emergency situations. 4.4 Offeror must be able to input consolidated invoices in Wide Area Workflow (WAWF) on no more than a twice a week basis to ensure government payment process effort works for all parties. 4.5 Offeror must provide Order confirmation within 48hrs (2 business days) 4.6 Offeror must provide upon shipment of order (Invoice/tracking#/date/carrier) 4.7 Offeror must be able to provide open order status upon request 4.8 Offeror must be able to acknowledge and resolved all discrepancies within 48hrs (2 business days) 5.0 Government Furnished Material: N/A 6.0 Ordering Period: Three years from Contract Award. 7.0 Travel: N/A 8.0 Qualifications: The offeror must be a source certified by the Institute Of Heraldry and familiar with the processes involved in making OCP rank, and embroidered insignia (patches and unit identification). 9.0 Deliverables: The Army will receive rank, and embroidered insignia (patches and unit identification) in the correct camouflage material, thread shade and style 30 days after identification of the names. The total quantity will not exceed $650,000.00 over the course of the contract. 10.0 Quality Assurance: 10.1 Responsibility for Inspection. The offeror shall be responsible for the performance of all inspection requirements specified in the product description. The offeror may use his own or any other facilities, with Government concurrence, suitable for the performance of the inspection requirements specified herein. The Government reserves the right to audit, perform, witness, or verify any of the inspections set forth herein where the inspections are deemed necessary to assure supplies and services conform to prescribed requirements. The offeror shall be responsible for correcting any deficiencies found during Government testing in all affected contractor product. 10.2 Inspection and Test Records. The offeror shall maintain complete and accurate records and empirical data of all inspections and tests, and shall make those records available for review or audit by the Government upon request. 10.3 Conformance Inspection Procedures. The offeror shall prepare conformance inspection procedures for each item, in compliance with the specifications. The plan should include the lot sampling plan in accordance with ANSI/ASQ Z1.4. Unless otherwise stated in the contract, an AQL of 2.5 for majors and 4.0 for minors should be used. The lot shall be unacceptable for use in production of end items if any sample unit fails to meet any requirement specified. Test reports, showing results of required tests, shall be available for each lot of material used in the end item lot. All test reports shall contain the individual values utilized in expressing the final results. It is solely the offeror's responsibility to schedule testing and obtain reports. Test facilities, equipment, and procedures used (either the contractor's or an independent testing facility) shall be identified to the Government and will be subject to approval by the contracting officer. 10.4 Berry Amendment. The Prime Contractor and the entire supply chain are required to adhere to the Berry Amendment. The Prime Contractor shall educate and mentor the entire supply chain in the implementation and maintenance of Berry Amendment compliance. The Prime Contractor shall assess the entire supply chain for compliance to the Berry Amendment, and shall maintain documentation of Berry product compliance, and supply chain education, mentoring, and assessments. The Government shall assess the Prime Contractor's compliance to the Berry Process in conjunction with the Quality Systems assessment of Purchasing and Supplier Control. The Government cannot accept noncompliant garments, and the contractor shall not be paid for any items in violation of the Berry Amendment. If a Berry Amendment violation is determined to have occurred after the government has accepted delivery, the contractor is required to replace the item in violation of the Act with an item from a domestic source, at their own expense. Once the contractor has provided items from an acceptable source; the Government may again accept delivery and compensate the contractor. The Government may pursue additional claims against the contractor if the Government incurred other damages due to non-compliance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1ba0729c4d0d9cf4451cc37f065917a3)
 
Place of Performance
Address: ACC-APG - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN03475933-W 20140823/140822000757-1ba0729c4d0d9cf4451cc37f065917a3 (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.