Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2004 FBO #1021
SOLICITATION NOTICE

83 -- Cold Weather Clothing

Notice Date
9/10/2004
 
Notice Type
Solicitation Notice
 
NAICS
315228 — Men's and Boys' Cut and Sew Other Outerwear Manufacturing
 
Contracting Office
DHS - Border and Transportation Security, Customs and Border Protection, Procurement Division, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
HSBP1004B0233
 
Response Due
9/27/2004
 
Archive Date
10/12/2004
 
Point of Contact
David Moss, Purchasing Agent, Phone 509/353-2747, Fax 509/353-2736,
 
E-Mail Address
david.a.moss@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is combine synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; No written solicitation will be issued. This procurement is being conducted under Simplified Acquisition Procedures (SAP) set forth in FAR Part 13. The NAICS Code for this procurement is 315228. This procurement has been set-aside for Small Business. Solicitation Number HSBP1004B0233 is used for reference purposes. The Department of Homeland Security, Bureau of Customs and Border Protection has a requirement for the following items: Specification Sheet Style Number: 179 Style Description: CLIN 00010 60 each ______________ Winter Field Bib color: Forest Green OUTERSHELL: 4.3 oz/square yard, 75% polyester / 25% cotton fabric, water repellent finish with 80 over 20 spray rating, air permeable, wind resistant, machine washable. LINER: 160 x 90, 2.4 z/square yard nylon taffeta. Color: Black INSULATION:150 gram Thinsulate SNAPS: RAU 24 Ligne, Dull Black 60 DESCRIPTION: Rugged Field Bibs are made of durable 75/25 fabric to match our Field Coats. Designed for full range of motion with articulated knees, a comfortable, non-restrictive rise in the crotch, an adjustable waist and fully adjustable 1 ?? elastic/Velcro suspenders. Full covered side zip allows easy on/off for field use. Lower legs feature an elasticized Internal Boot Top Gaiter fastened with Velcro. The outer lower leg cuffs are also adjusted with cinch straps fastened with Velcro to fully close leg bottoms. FRONT: Front features a zippered fly with double flap closure. Full side zipper with two-way sliders allows access to interior side pant pockets. Side zipper has double snap/flap closure. Articulated knees are two-piece, double layer construction for extra wear and better fit. Upper front bib has a zippered cargo pocket with over flap top. Upper front legs feature a zippered cargo pocket on each leg closed by a zipper with an over flap top. WAIST: Waist has snap up belt keepers and an elasticized back. BACK: Contoured seat with non-restrictive rise has a double reinforcement for extra wear. LINING: Liner fill is sandwiched between the shell/membrane and nylon taffeta liner. Bibs are fully lined front and back with no open or exposed seams. SEAMS: Lining shall be serged with a four (4) thread mock safety stitch. Shell shall be serged with a four (4) thread mock safety stitch or singer needle lock stitched with a 3/8? seam allowance. Stitch count shall be eight to ten (8-10) stitches per inch (S.P.I.). SIZES: Small (waist sizes 30/31), Medium (waist sizes 32/33), Large (34/35), XL (36/37), XXL (38/39), XXXL (40/41). Regular and long. CLIN 00020 60 each ______________ Specification Sheet Style Number: 151 Style Description: Winter Field coat Color: Forest Green OUTERSHELL: 4.3 oz/square yard, 75% polyester / 25% cotton fabric, water repellent finish with 80 over 20 spray rating, air permeable, wind resistant, machine washable. INNER LINER: 160 x 90, 2.4 oz/square yard nylon taffeta. Color: Black AC Tech Interliner: AC Tech Interliner is a two layer laminated micro porous membrane that conforms to Industry Standard ASTM-E96 testing methods. Interliner shall be constructed and factory seam sealed in accordance with ACTII rating standards. Interliner shall be attached between the outer shell fabric and the insulation/liner for maximum waterproofing, breath ability, and durability. INSULATION:150 gram Thinsulate SNAPS: RAU 24 Ligne, Dull Black DESCRIPTION: Hip length style jacket with adjustable draw cord waist. Features raglan sleeves, inset knit cuffs, black synthetic ?Mouton? fur collar and two-way front zipper with snap closure storm flap. Upper chest has pleated snap cargo pockets and a double caped yoke over both front and back shoulders. Lower front has zippered cargo pockets with a brushed tricot nylon lining. FRONT: YKK type VFM-86 black two-way separating zipper is covered with a 2 ?? wide outer shell flap interfaced with C-12 pellon and closes with a minimum of five (5) snaps, RAU type 24 Ligne. Front zipper is backed by an interior 2? wide flap constructed from the outer shell fabric. COLLAR: The under collar shall be made of the outer shell fabric and interfaced with C-12 pellon. Under collar shall have two (2) stud snaps located 1? up from neck seam and spaced 4? apart to accommodate optional hood. The top collar is constructed of a black synthetic pile ?Moulton? type fur. UPPER POCKETS: Inverted pleat pockets shall be double needled top stitched to the upper front and snap closed to the underside of the upper front caped yoke. LOWER POCKETS: Diagonal slash closed with YKK #5 black chain zipper and covered by a 1 ?? outer shell fabric flap and double needle sewn. Pocket is lined with brushed nylon tricot on one inner side. WAIST: Back waist features an elasticized waist casing with 1 ?? elastic for a tailored, snug fit. Front draw cord waist casing adjusts with a ?? nylon lace that exits through black 00 grommets to the interior right and left waist fronts, adjusting with Nexus cordlock type 350-0000-5614 (Ellipse). BACK: Back has caped yoke over shoulder area. SLEEVES: Sleeves are one piece raglan style for full range of motion. Lower sleeve closes with an inset 8.25: ribbed knit cuff, color black, with an outer protective cuff of the outer shell fabric interfaced with C-12 pellon and double needle sewn at the cuff edge. LINING: The jacket shall be fully lined in the front and back body and sleeves with no open or unfinished seams. Lining fronts feature zippered chest pockets. BADGE HOLDER: Badge holder shall consist of two 00 size grommets placed in the upper left yoke, spaced 1 ?? apart and centered above the snap closed pleated pocket. NAMEPLATE HOLDER: Nameplate holder shall consist of two 00 size grommets in the upper right yoke, spaced 1 5/8? apart and centered above the snap closed pleated pocket. SEAMS: Lining shall be serged with a four (4) thread mock safety stitch. Shell shall be serged with a four (4) thread mock safety stitch or single needle lock stitched with a 3/8? seam allowance. Stitch count shall be eight to ten (8-10) stitches per inch (S.P.I.). UNISEX SIZES: XS --- Small --- Med --- Large --- XL --- XXL--- 3XL --- 4XL Chest size: 30/32 34/36 38/40 42/44 46/48 50/52 54/56 58/60. The proposed contract action is for items for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within 10 days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed action based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement All items must be available for delivery by 30 November 2004. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation Circular 01-24. The following provisions in their latest editions apply to this solicitation: FAR 52.212.1, Instructions to Offerors ? Commercial Terms and Conditions; 52.212-3 Offerors Representations 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 and the following additional clauses therein applies: FAR 52.222-3 Convict Labor, FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies, FAR 52.222-26 Equal Opportunity (E.O. 11246); FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-35, Affirmative Actions for Disabled Veterans and Veterans of 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 52.225-5, Trade Agreements Act, FAR 52.232.33, Payment by Electronic Funds Transfer; 52.204-6, Data Universal Numbering Systems (DUNS) Number, 52.204-7, Central Contractor Registration; FAR 52.217.9, Option to extend the term of the contract; FAR 52.252-2, Clauses incorporated by Reference (available at http//www.arnet.gov/far). All responses to this notification must be received by 4:00 PM EST on 27 September 2004. All quotations and/or questions must be submitted in writing to david.a.moss@dhs.gov
 
Record
SN00669534-W 20040912/040910211523 (fbodaily.com)
 
Source
FedBizOpps.gov 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.