SOLICITATION NOTICE
84 -- Polo Shirt
- Notice Date
- 4/29/2005
- Notice Type
- Solicitation Notice
- NAICS
- 315999
— Other Apparel Accessories and Other Apparel Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Forces Reserve - RCO, 4400 Dauphine Street, New Orleans, LA, 70146-5400
- ZIP Code
- 70146-5400
- Solicitation Number
- M6786105R0007
- Response Due
- 5/13/2005
- Archive Date
- 5/28/2005
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Solicitation number M67861-05-R-0007 applies and is issued as a Request for Quotation (RFQ). This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-03 effective April 11, 2005. The North American Industrial Classification System (NAICS) number is 315999 and business size standard is 500 employees. The proposed acquisition is reserve for 100% small business set-aside. The standard industrial code is 5699.The Government intends to issue an IDIQ contract for one Base year with 4 option years. This requirement is for a fixed priced contract for an estimated period of performance from date of award to 30 Sep 2005, as the base year. Exact quantities and delivery dates to be determined, as required. Line Item 0001 Polo Shirt, 100% Combed Soft-Cotton, Heavyweight Interlock material. Color: Grey body with black trim on collar and cuffs. The embroidery will include in block black lettering "MARINE FORCES RESERVE" Followed underneath by block blue lettering "KEY VOLUNTEER NETWORK" Followed with a small yellow and white design of a key, and a small red and blue curved design. A sample of the required logo design, may be acquired through request by e-mail to, sweeneydw@mfr.usmc.mil, or by selecting the attachment included. Pricing should include all costs associated with the setup, production, and completed delivery per shirt, as FOB Destination pricing. The ship to point for all orders will be; MFR KVN, Bldg 601 Office 4A119, 4400 Dauphine St, New Orleans, LA 70146. The following information is provided for information regarding future immediate, and anticipated quantities. The Government intends to issue an immediate award for the quantity of 2000 shirts in the following sizes: 200 Small, 500 Medium, 700 Large, 500 X-Large, 80 2X-Large, and 20 3X-Large. The estimated quantity of 500 per optional fiscal year is an estimate for replenishment as required and exact sizes are unknown at this time. The provisions at FAR 52.209-4 First Article Approval?Government Testing applies. The Government reserves the right to request samples from all offerors and a first test article will be required from the recipient of award for testing and acceptance prior to full production, and affecting the terms of the contract. The provision at FAR 52.212-2, Evaluation Commercial Items applies to this acquisition. The following factors shall be used to evaluate the offers: 1. Quality, 2.Price 3. Delivery Schedule, 4. Experience and Past Performance, performing similar or same services, include previous contract numbers (if any), and references. The evaluation factors above or listed in descending order of importance. Quality is approximately equal to price. OFFEROR'S ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: (1) FAR 52.212-3 Offeror Representation and Certifications-Commercial Items: (copies of 52.212-3 are available on the World Wide Web at http://www.acqnet.gov/far, (2) DFARS 252.212-7000 Offer or Representation and Certification Commercial Items and (3) DFARS 252.225-7000, Buy American Act and Balance of Payments Program Certificate. Clause 52.212.4, Contract Terms and Conditions- Commercial Items, applies. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies and is incorporated with the following additional clauses for para. (b): FAR 52.203-6, FAR 52.217-6 Option for Increased Quantity (MAR 1989), FAR 52,217-8 Option to Extend Services, FAR 52.222-26, FAR 52.222-35, FAR 52.222- 36, FAR 52.222-37, Notice of Total Small Business Set-Aside is Applicable. 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters. The Government intends to evaluate offers and award one contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from technical to price. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Payment will be accomplished by electronic methods utilizing the Government (WAWF) Wide Area Workflow Database. Offerors will be required to register in the WAWF database prior to receiving an award for this acquisition. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. 2) All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 2:00 p.m., Local time, 13 May 2005. Quotes sent via the US Postal Service should be mailed to the Regional Contracting Office, Marine Forces Reserve, 4400 Dauphine Street, New Orleans, LA 70146-5400. Hand carried proposals must be delivered directly to and placed in the bidders mailbox located outside room number 1B454 in Bldg.601 at the above address. Direct deliveries of proposals are only possible during weekdays, excluding holidays, between the hours of 8:00 am and 4:00 pm. Quotes may be faxed to (504) 678-5283. Quotes may also be sent to the email address of, sweeneydw(@,mfr.usmc.mil POC is Dennis Sweeney (504) 678-6054.
- Place of Performance
- Address: 4400 Dauphine Street/New Orleans/LA
- Zip Code: 70146
- Country: US
- Zip Code: 70146
- Record
- SN00798468-W 20050501/050429212257 (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 |