SOLICITATION NOTICE
84 -- Winter Duty Jackets
- Notice Date
- 2/12/2008
- Notice Type
- Solicitation Notice
- NAICS
- 315225
— Men's and Boys' Cut and Sew Work Clothing Manufacturing
- Contracting Office
- Department of Homeland Security, United States Secret Service (USSS), COMMUNICATIONS CENTER (PRO), 245 MURRAY LANE SW BLDG T-5, WASHINGTON, DC, 20223, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- 143839
- Response Due
- 3/3/2008
- Archive Date
- 3/6/2008
- Point of Contact
- Keturah Tate, Contract Specialist, Phone 202.406.6940, Fax 202.406.6801, - Patricia Kiely, Contracting Officer - Branch Chief, Phone 202-406-6940, Fax 202-406-6801
- E-Mail Address
-
keturah.tate@usss.dhs.gov, patricia.kiely@usss.dhs.gov
- 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; proposals are being requested and a written solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number 143839 as a Request for Quotation (RFQ) through Federal Acquisition Circular 05-06. The NAICS code is 315225, and the small business size standard is 500 employees per the Small Business Administration. This procurement is a small business set aside. Overview of the Requirement: The United States Secret Service (USSS) has a requirement for winter duty jackets. Description: American Made, Hidden Agenda Weather Tech Duty Jacket, custom flaps (Yellow Florescent Drop Panels with Blue Lettering), name tabs, badge tabs, the vendor will also be responsible for sewing on USSS Shoulder Patches (provided by the USSS) on the left shoulder (sleeve). Color: Black. Brand name: Gerber Stormchaser Jacket Model #31Q3 or equivalent (Vendors who submit quotes for jackets other then the Model 31Q3 should also submit a sample jacket). The following are the specifics for the equivalent: Waterproof/breathable fabric, Articulated radical sleeve design with elasticized, adjustable cuffs, Drop panels on back and front, Reflective Scotchlite lettering is optional, Removable Polartec Fleece-faced Thinsulate liner, Zippered side vents with tab closures for equipment, Front patch pockets with fleece-lined side hand warmers, Telescopic collar with double storm front plackets, Badge Tab, Sewn on Secret Service Uniformed Division Patch (provided by USSS), Available as NFPA 1999, 2003 certified garment. Format for Quote: Offeror is to include all four parts. Part I. Pricing: the offeror shall provide a price for each line item: 30 small 40 medium 75 large 75 x-large 10 x-large long 20 xx-large 10 xx-large long Shipping cost to 20223 Grand total for all above Part II Delivery time frame (60 days). Ship entire quantity at once. Part III: The name, title, telephone number, fax number and email address of the point of contact. Part IV: The nine-digit DUNS and the nine-digit TIN. DUNS is used to verify that the vendor is in CCR and a small business for the 315225. The Taxpayer Identification Number is necessary for electronic payment. Evaluation Factors: The Government intends to award a fixed price contract to the responsible offeror whose offer confirming to the solicitation will be most advantageous to the Government, price and other factors considered. This requirement will be a fixed price contract. All responsible small business sources may submit a quotation which will be considered by the USSS. The following DHS Provisions are applicable: 3052.209-70 Prohibition of Contracts with Corporate Expartriates 3052.204-90 Unauthorized Use of Name The following FAR Provisions and clauses apply to this acquisition: FAR 25.001 Buy American Act FAR 52.212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation ? Commercial Items FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes Execute Orders-Commercial Items Award will be based on: 1) price; and the capability of the services offered to meet the above stated salient characteristics FAR 52.212-3 Offerors Representations and Certifications ? Commercial Items Conditions Required to Implement Statutes Executive Orders ? Commercial Items**By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award during performance, and through final payment from any award resulting from this solicitation. **These DHS and FAR Provisions and Clauses may be accessed via: http://www.arnet.gov/far/, www.dhs.gov. Requests for copies of FAR Provisions and/or Clauses will not be accepted Quotations are due by March 3, 2008. Quotations must include all materials referenced here, and should be sent via email to Keturah.Tate@usss.dhs.gov or via fax to 202-406-6801. For additional information or questions regarding this solicitation, contact Keturah Tate. The Government will not be responsible for any costs accrued by the vendor in response to this solicitation.
- Place of Performance
- Address: Washington, DC
- Zip Code: 20223
- Country: UNITED STATES
- Zip Code: 20223
- Record
- SN01506587-W 20080214/080212223619 (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 |