Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2006 FBO #1752
SOLICITATION NOTICE

84 -- Unit Crest and Army Patches

Notice Date
9/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
313222 — Schiffli Machine Embroidery
 
Contracting Office
USPFO for Virginia, Building 316, Fort Pickett, Blackstone, VA 23824-6316
 
ZIP Code
23824-6316
 
Solicitation Number
W912LQCRESTS
 
Response Due
9/14/2006
 
Archive Date
11/13/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constit utes the only solicitation, quotations are being requested. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. This solicitation is 100% set aside for small businesses operating under a Standard Industry Classification code of 2399 and a North American Industry Classification code of 313222 and a size standard for small business of 500 employees. The item description is as follows: CLIN 0001  Unit Crest. Distinctive Unit Insignia, Headquarters, VA, Virginia STARC. Motto: Thus ever to Tyrants. Quantity: 880 EA; CLIN 0002  Unit Crest. Distinctive Unit Insignia, 116th Infantry Brigade, Speci al Troops, Battalion, VA Army National Guard. Motto: Troops Forward. Quantity: 2,000 EA; CLIN 0003 Same as CLIN 0002  Different Ship To Address. Quantity: 920. CLIN 0004 - Distinctive Unit Insignia, 1030, 1030th Engineer Battalion, Motto:  Construct and Conquer. Quantity: 1800; CLIN 0005  Army Patch, Insignia, Shoulder, ACU, Velcro back. 29th UEX (29th ID). Quantity: 4,300; CLIN 0006 - Army Patch, Insignia, Shoulder, ACU, Velcro back, JFHQ-VA (STARC). Quantity: 3100 EA; and CLIN 0007  Army Patch, Insignia, Shoulder, ACU, Velcro back, Army National Guard School, The Minute Man. Quantity: 100 EA. Ship to addresses for above referenced CLINS are as follows: CLIN 0001: 3647th Maintenance Co., SSG Granita Meadows, 1008 Darvils Road, Blackstone, VA 23824; CLIN 0002: HHC BSTB, SSG Michael Deel, 1700 Jefferson Davis Hwy, Fredericksburg, VA 22401; CLIN 0003: A (EN) 1-116th BTB, SSG Herman Sullivan, Jr., 1700 Jefferson Davis Hwy, Fredericksburg, VA 22401; CLIN 0004: HHD 1030th Engr Bn, SFC Beavers/SSG Jones, 157 Beech St., Gate City, VA 24251; CLINs 0005, 0006, and 0007: VACL-S, SFC Bruce Bobbitt, Bld g 142, Fort Pickett, Blackstone, VA 23824. A completed copy of provision 52.212-3 Offeror Representations and Certifications must be included with the quote. Vendors must be registered in the Central Contractors Registration (CCR); for more information on CCR visit the webpage at www.ccr2000.com. Vendors must also be on the Approved List of Vendors by The Institute of Heraldry (TIOH) for the products indicated. All insignia must be manufactured by firms certified by TIOH in accordance with AR 672-8. Procurement of insignia from non-certified manufacturers or from foreign or offshore sources is not authorized. Manufacturers who are interested in becoming certifi ed manufacturers will be referred to the Director, The Institute for Heraldry for certification. All invitations for bids or contracts should include a statement that the insignia will be made in accordance with the specifications and tools provided by TI OH. Distinctive Unit and Regimental Collar Insignia. DUI and regimental collar insignia must have the hallmark of the manufacturer stamped on the reverse. In addition, all DUI must have Made in USA stamped on the reverse. DUI will be manufactured in accor dance with MIL-I-14654(IH). Shoulder Sleeve Insignia. Shoulder sleeve insignia will be manufactured in accordance with MIL-I-14652. The contractor will be advised that a cartoon (pattern) showing the placement and the number of stitches for the SSI may be obtained from TIOH. The manufacturer is required to submit preproduction samples of all insignia to TIOH. Once samples are approved, TIOH will issue a letter to the manufacturer authorizing manufacture of the insignia item. National Guard regulations currently require that a copy of the letter be forwarded by the manufacturer to the USP&FO prior to completion of the order. ***The following clauses and/or provisions apply to this solicitation: FAR 52.212-1, Ins tructions to Offerors  Commercial Items, with the following technical description in sufficient detail to evaluate compliance with the Institute of Heraldry; FAR 52.212-3 ALT I, Offeror Representation and Certifications  Commercial Items, 52.212-4, Contr act Terms and Conditions  Commercial Items applies to this solicitation, 52.212-5, Executive Orders  Commercial Items, with the following clauses marked: 52.219-6 Notice of Total Small Business Set-Aside, 52.223-3 Convict Labor, 52.222-19, Child Labor  Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, 52.222-36 Affirmati ve Action for Workers with Disabilities, 52.225-1 Buy American Act-Supplies, 52.225-13, Restrictions on Certain Foreign Purchases, 52.225-15, Sanctioned European Union Country End Products, and 52.232-36, Payment by Third Party - applies to this solicitati on. The provisions at 52.252-2, Clauses Incorporated by Reference and 52.252-6, Authorized Deviation in Clauses apply to this solicitation. The provisions at 252.225-7000, Buy American Act  Balance of Payments Program Certificate, 252.204-7004, Required C entral Contractor Registration and 252.212-7001, Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items. Clauses and provisions may be viewed in full text through Internet ac cess at FAR site http://farsite.hill.af.mil. It is the offerors responsibility to monitor this site for the release of amendments (if any). Interested parties must submit any questions in writing to the Contracting Specialist listed below, by fax or email. Quotations and amendments (if any) must be signed, dated and submitted in writing or by fax by 3:00 p.m. Eastern Standard time on Thursday, 14 September 2006 to USPFOVA-AQS, Bldg. 316, Fort Pickett, Blackstone, VA 23824, Attn: SFC Susan Hensley, Contract Specialist or fax 434-298-6202.
 
Place of Performance
Address: USPFO for Virginia Building 316, Fort Pickett, Blackstone VA
Zip Code: 23824-6316
Country: US
 
Record
SN01139878-W 20060913/060911221330 (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.