|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 12,1998 PSA#2157U.S. Department of Justice, Immigration & Naturalization Service, 7701
N. Stemmons Freeway (ACDCAP), Dallas, Texas 75247 84 -- DETAINEE CLOTHING SOL ACD-98-Q-0021 DUE 081998 POC Ms. Morris M.
Whitacre, Contract Specialist, (214) 905-5392 Correction: This action
originally publicized in the CBD dated 7/18/98 and amended 7/28/98 is
changed as follows. Areas that are changed or added have a double set
of quotation marks around them: The Immigration and Naturalization
Service, Dallas, Texas is issuing 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; quotations
are being requested and a written solicitation will not be issued.
Solicitation No. ACD-98-Q-0021 is being issued as a Request for
Quotation. The solicitation document and incorporated provisions and
clauses are those in effect through ""Federal Acquisition Circular
97-05"". This is a 100% SET-ASIDE FOR SMALL BUSINESS with a standard
industrial classification code of 2326, Men's and Boy's Work Clothing,
and a small business size standard of 500 employees. A SINGLE AWARD
WILL BE MADE. Term of the contractshall be a Base Year plus one
One-Year Option Period. Quantities are estimates only. The following
are the Contract Line Item Numbers (CLINs) for the Base Year (date of
award for a period of one year) and for the Option Year: CLIN 0001,
Men's T-Shirts, 0001AA Sml, 150 DZ; 0001AB Med, 300 DZ; 0001AC Lrg, 450
DZ; 0001AD Ex-Lrg, 60 DZ; 0002, Men's Briefs; 0002AA Sml, 150 DZ;
0002AB Med, 300 DZ; 0002AC Lrg, 150 DZ; 0003, Ladies' Bra, Sport;
0003AA Size 32, 60 DZ; 0003AB Size 34; 60DZ; 0003AC Size 36, 60 DZ;
0004 Ladies' Underwear; 0004AA Size 5, 120 DZ; 0004AB size 6, 120 DZ;
0004AC Size 7, 120 DZ; 0005, Ladies' & Men's Socks; 900 DZ; 0006,
Ladies' Nightwear Shirts; 312 EA; 0007, Inmate Jacket; 0007AA Sml, 50
EA; 0007AB Med, 500 EA; 0007AC Lrg, 500 EA; 0007AD Ex-Lrg; 200 EA;
0008, Male Shoes; 0008AA Size 6, 50 PR, 0008AB Size 7, 500 PR; 0008AC
Size 8, 500 PR; 0008AD Size 9, 500 PR; 0009, Female Shoes; 0009AA Size
7, 200 PR; 0009AB Size 8, 200 PR; 0009AC Size 9, 200 PR; 0010, Male
Shirts, ""Wine""; 0010AA Med, ""125 EA""; 0010AB Lrg, ""125 EA"";
0010AC Ex-Lrg, ""50"" Ea; 0010, Male Pants, ""Wine"" 0011; 0011AA Med
""125 EA""; 0011AB Lrg, ""125 EA""; 0011AC Ex-Lrg, ""50"" EA; 0012,
Male Shirts, Orange; 0012AA Med, 125 EA; 0012AB Lrg, 125 EA; 0012AC
Ex-Lrg, 50 EA; 0013, Male Pants, Orange; 0013AA Med, 125 EA; 0013AB
Lrg, 125 EA; 0013AC Ex-Lrg, 50 EA; 0014, Male Shirts, Navy Blue; 0014aa
Sml, 30 EA; 0014AB Med, ""500 EA""; 0014AC Lrg, ""500EA""; 0014AD
Ex-Lrg, ""50 EA""; 0014AE XX-Lrg, ""50 EA""; 0015, Male Pants, Navy
Blue; 0015AA Sml, ""30 EA""; 0015AB Med, ""500EA""; 0015AC Lrg,
""500EA""; 0015AD Ex-Lrg, ""50 EA""; 0015AE XX-Lrg, ""50"" EA; ""0017,
Female Shower Sandals""; 0017AA Size 6, 50 PR; 0017AB Size 7, 200 PR;
0017AC Size 8, 200 PR; ""0018, Male Shower Sandals""; 0018AA Size 6,
50 PR; 0018AB Size 7, 500 PR; 0018AC Size 8, 500 PR; 0018AD Size 9, 500
PR; ""0019, Baseball Caps""; 12 DZ; ""0020, Stencils for Shirts and
Pants""; 3,460 EA. Minimum requirements are: pants are slip-on elastic
waist with mock fly, pocket; elastic to be woven 1 " heat resistant 30
gauge rubber, serged and double needle lock stitched to pants (chain
stitching is not acceptable); elastic to be guaranteed for the life of
the garment from losing its elasticity; labels to be woven polyester
2 " x 1 " color coded by size; all seams 3 needle felled; crotch mock
fly to be sew serged, double needle lock stitched and bartacked; leg
hems double folded and lock stitched; all inseams to be 32" hemmed;
fabric to be 7 oz. Twill-65% polyester/35% combed cotton equal to
Graniteville 20/20 twill industrial laundry finish fabric; thread to be
the same color as the fabric; all 3 needle felled seams shall be
cleanly finished and have no raw or frayed edges. Shirts are v-neck
slip-on raglan sleeve, no buttons; one pocket over left breast double
needle lock stitched and bartacked; all seams 3 needle felled; sleeve
and bottom hems double folded and lock stitched; v-neck piping to be
bias self material single needle lock stitched with 2 bartacks at neck.
Bias to be cleanly finished with no raw edges exposed; labels to be
woven polyester 2 " x 1 " color coded by size; fabric to be 7 oz.
Twill-65% polyester/35% combed cotton equal to Graniteville 20/20 twill
industrial laundry finish fabric; thread to be the same color as the
fabric; all 3 needle seams shall be cleanly finished and have no raw or
frayed edges. Sports bra is pullover style, no hooks, unpadded spandex
outside panel; soft cotton and spandex inside panel. Ladies' nightwear
shirts are sewn in color coded sizing tabs, easy slip-over style, no
buttons, triple needle stitched, 5 oz. Poplin, 65% polyester/35%
cotton, one size fits all. T-shirts are reinforced crew neck, full cut,
""5.5 ounce, 100% cotton"". Ladies' underwear are white, 100% cotton
brief-style, elastic waistband and leg bands. Ladies and Men's socks
are tube, one size fits all, white, 80% cotton/20% polyester. Men's
briefs are 100% cotton, full cut, white. Male and female shower sandals
are one piece molded vinyl, soft and flexible; nonskid soles and heels;
machine washable. Shoes are navy, medium weight slip-on tennis shoe,
canvas upper, glued insoles, rubber soles. Inmate jacket has laundry
proof brass #24 snap front, all seams triple stitched, hip length,
strong, tough fabric, 7 oz. Twill, 65% polyester/35% combed cotton,
full cut, color coded size tabs, no pockets, machine washable, color to
be determined on delivery order; ""Baseball Caps can be any color,
shall be mesh with crown constructed of a double knit polyester for
strength, nylon mesh back to allow air to circulate, shall have
adjustable tab for sizing"". Delivery shall be to Los Fresnos, Texas
and/or El Paso, Texas, FOB Destination. ""Guaranteed Minimum to be
ordered is quantity of each item shown above in the base year and shall
be shipped to Immigration & Naturallization Service, Port Isabel
Service Processing Center, Rt. 3, Box 341, Los Fresnos, TX 78566"", and
the maximum to be order in each year is $200,000.00. The guaranteed
minimum will be funded on the award document andunfunded delivery
order(s) will be issued to order specific CLINs. ""Destination shall be
shown on each delivery order"". The provisions at FAR 52.212-1,
Instructions to Offerors-Commercial, applies to this acquisition. FAR
52.212-2, Evaluation-Commercial Items, is applicable. Paragraph (a),
evaluation criteria is as follows: Offeror shall submit a technical
description, pictures of the product offered and sample of fabrics to
be used with quotation. Award will be made to the low, technically
acceptable offeror. Also, offeror shall include a completed copy of the
provisions at FAR 52.212-3, Offeror Representations and
Certifications-Commercial Items, and FAR 52.207-4, Economic Purchase
Quantity-Supplies, with its offer. FAR 52.212-4, Contract Terms and
Conditions-Commercial Items, applies to this acquisition with the
following additional clauses: FAR 52.216-18, Ordering (paragraph (a),
so much that reads, "Such orders may be issued from date of award for
a period of one year."); FAR 52.216-19, Order Limitations (paragraph
(a), so much that reads, "When the Government requires supplies or
services covered by this contract in an amount of less than two ";
(b)(1) "Any order for a single item in excess of $1,000.00"; (b)(2),
"Any order for a combination of items in excess of $250,000.00";
(b)(3), "A series of orders from the same ordering office within thirty
(30) days ";; (d) " unless that order is returned to the ordering
office within five (5) days after issuance "; FAR 52.216-22, Indefinite
Quantity, paragraph (d), "Contractor shall not be required to make any
deliveries under this contract after the completion of the last
delivery order." FAR 52.217-5, Evaluation of Options; FAR 52.217-9,
Options to Extend the Term of the Contract (24 months); FAR 52.232-19,
Availability of Funds for the Next Fiscal Year (Insert September 30th
in Blanks); FAR 52.212-5, Contract Terms and Conditions Required to
Implement Statues or Executive Orders-Commercial Items, and the
following additional clauses apply to this acquisition:FAR 52.222-26,
Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for
Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36,
Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment
Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR
52.225-3, Buy American Act-Supplies; 52.252-1 Solicitation Provisions
Incorporated by Reference, "Also, the full text of a solicitation
provision may be accessed electronically at attp://www.arnet.gov./far.
Delivery Orders may be issued via facsimile. See Note #1. Quotes are
due July 30, 1998, 4:00pm, at Immigration & Naturalization Service,
ATTN: Ms. Morris Whitacre, ACDCAP, 7701 N. Stemmons Freeway, Dallas, TX
75247. Inquiries should be in written form and faxed to (214) 767-7458.
All responsible sources may submit a quotation which shall be
considered. Posted 08/08/98 (W-SN234479). (0220) Loren Data Corp. http://www.ld.com (SYN# 0450 19980812\84-0002.SOL)
84 - Clothing, Individual Equipment and Insignia Index Page
|
|