Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 15, 2004 FBO #1054
SOLICITATION NOTICE

84 -- U.S. Coast Guard Gold Shield Insignia (Hand Embroidered)

Notice Date
10/13/2004
 
Notice Type
Solicitation Notice
 
NAICS
315999 — Other Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Supervisor, USCG Uniform Distribution Center, 414 Madison Ave., Woodbine, NJ, 08270
 
ZIP Code
08270
 
Solicitation Number
HSCGG9-05-Q-PUD606
 
Response Due
10/28/2004
 
Archive Date
11/11/2004
 
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; quotations are being requested and a written solicitation will not be issued. Solicitation Number: HSCGG9-05-Q-PUD606 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 2001-25. This procurement is 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) code is 315999, and the small business size standard is 500 employees. The government intends to award a Firm Fixed Price Order/Contract utilizing Simplified Acquisition Procedures (SAP). IMPORTANT NOTICE: FAR 52-232-33 (Payment by Electronic Funds Transfer Central Contractor Registration, May 1999) is a mandatory requirement for contractors to be registered in the CCR database. CONTRACTORS MAY REGISTER ON-LINE AT HTTP://WWW.CCR.GOV/. IT IS MANDATORY TO OBTAIN A DUNS NUMBER PRIOR TO REGISTERING. CONTRACTORS SHALL CALL DUN & BRADSTREET (1-800-333-0505) TO OBTAIN. AWARD CANNOT BE MADE UNLESS REGISTERED. The U.S. Coast Guard Uniform Distribution Center (UDC) has a requirement for 8,000 each of the hand embroidered gold shield insignia, manufactured in accordance with Military Specification MIL-I-87097A(CG). The base material (called serge) is a 55% polyester / 45% worsted wool fabric, and will be provided by the U.S. Coast Guard as Government Furnished Material (GFM) in the amount of approximately 34 yards. The U.S. Coast Guard will ship the serge material to the Contractor?s facility within 2 weeks after the order date (material will be shipped at Government expense). The Contractor will be required to submit a first article for testing and approval by the Coast Guard Clothing Design and Technical Office (CDTO). The U.S. Coast Guard may waive the requirement for first article testing and approval where supplies identical or similar to those called for in the schedule have been previously furnished by the Contractor and have been accepted by the U.S. Coast Guard. The Contractor may request a waiver. ALL PRICING WILL BE QUOTED AS FOB DESTINATION. In accordance with Federal Acquisition Regulation (FAR) clause 52.209-4 First Article Approval ? Government Testing, paragraphs (a) and (b) of the clause are hereby included in full text, and the remainder of the clause is incorporated by reference. PARAGRAPH (a): The Contractor shall deliver the quantity specified under Contract Line Item Number (CLIN) 0001 (first article) in the pricing schedule, within 14 calendar days from the date the serge material is received at the Contractor?s facility. The first article shall be shipped to U.S. Coast Guard Clothing Design and Technical Office, Attention: Mr. James Mello, U.S. Army Soldier Systems Center, Warehouse 20-86, 15 Kansas Street, Natick MA 01760 for testing and approval. The shipping documentation shall contain the contract number and the item identification. The first article testing of the hand embroidered gold shield insignia will include a complete inspection of the accuracy of the design, the finished dimensions of the shield, quality of workmanship, the color of yarn, and proper finish of the background material, no destructive testing is anticipated. PARAGRAPH (b): Within 5 calendar days after the U.S. Coast Guard receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specification and all other terms and conditions of the contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite the reasons for the disapproval. The production order shall be delivered to the following address: U.S. Coast Guard Uniform Distribution Center, 414 Madison Ave, Woodbine NJ 08270, and complete delivery must be made within 30 days of first article acceptance. PARITAL SHIPMENTS WILL BE ACCEPTED. The following FAR provisions and clauses apply to this solicitation: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998). The following provisions and clause are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (Jan 2004), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2004) shall be completed and submitted with quotation, FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June 2004), FAR 52.219-6 Notice of Total Small Business Set-Aside (June 2003), FAR 52.219-8 Utilization of Small Business Concerns (May 2004), FAR 52.222-3 Convict Labor (June 2003), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (June 2004), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Apr 2002), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), FAR 52.222-36 Affirmative Action for Workers with Disabilities (June 1998), FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Dec 2001), FAR 52.225-1 Buy American Act-Supplies (June 2003), FAR 52.232-1 Payments (Apr 1984), FAR 52.232-25 Prompt Payment (Oct 2003), FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), FAR 52.233-1 Disputes (Alternate 1)(Dec 1991), FAR 52.233-3 Protest After Award (Aug 1996), FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), FAR 52.243-1 Changes-Fixed Price (Aug 1987), FAR 52.247-34 F.o.b. Destination (Nov 1991), FAR 52.249-1 Termination for Convenience of the Government (Fixed- Price)(Short Form)(Apr 1984), FAR 52.249-8 Default (Fixed Price Supply and Service )(Apr 1984)The full text of the FAR can be accessed on the Internet at the following: http://www.arnet.gov/far/. Offerors responding to this announcement must include a completed copy of FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items, for submission with their quotation. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar sale, provided such warranty is available at no additional cost to the government. The government will award an order to the responsible offeror whose offer conforms to this solicitation and that will be most advantageous to the government. The government will evaluate each quotation based on delivery time (most important factor) and then price, which could result in award to other than the lowest price offer. All responsible sources may submit an offer, which will be considered by the agency. The Military Specification document and the pricing schedule are not attached. These documents can be provided via electronic means or in hard copy form, please contact SK2 Joseph Naame at 609-861-7903. All written quotations and completed pricing schedules, along with the above required completed clauses/provisions, must be submitted and received at this office on or before October 28, 2004 at 2:00 PM eastern time. Quotations may be sent via fax to (609) 861-5632, Attn: SK2 Joseph Naame. Written quotations may also be sent to the following address: Contracting Officer, U.S. Coast Guard Uniform Distribution Center, 414 Madison Ave, Woodbine, N.J. 08270. All quotations must include the following information: Company Name; Company Address; Point of Contact; Phone number and E-mail address; business size; Commercial and Government Entity (CAGE) code; Data Universal Numbering System (DUNS number); Tax Identification Number; and Central Contractor Registration (CCR) status. Please direct all questions regarding this procurement to SK2 Joseph Naame at (609) 861-7903. This is NOT a sealed bid advertisement, and quotations will NOT be publicly opened.
 
Place of Performance
Address: 414 Madison Ave, Woodbine NJ
Zip Code: 08270
Country: United States of America
 
Record
SN00693061-W 20041015/041013211518 (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.