SOLICITATION NOTICE
84 -- Women's Short Sleeve Overblouse
- Notice Date
- 7/25/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 315232
— Women's and Girls' Cut and Sew Blouse and Shirt Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Supervisor, USCG Uniform Distribution Center, 414 Madison Ave., Woodbine, New Jersey, 08270
- ZIP Code
- 08270
- Solicitation Number
- HSCGG9-08-Q-PUD729
- Archive Date
- 8/30/2008
- Point of Contact
- John M. Giel,, Phone: 609-861-7927
- E-Mail Address
-
john.m.giel@uscg.mil
- Small Business Set-Aside
- Total Small Business
- Description
- Classification Code:84 -- Clothing, individual equipment & insignia Set Aside:Total Small Business Naics Code:315232 – Women’s blouse and shirt manufac. Contracting Office Address Department of Homeland Security, United States Coast Guard (USCG), Supervisor, USCG Uniform Distribution Center, 414 Madison Ave., Woodbine, NJ, 08270, UNITED STATES 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: HSCGG9-08-Q-PUD729 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 2005-26. This procurement is 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) code is 315232, 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. AWARD CANNOT BE MADE UNLESS REGISTERED. The U.S. Coast Guard Uniform Distribution Center (UDC) has a requirement for 4,500 total quantity, Women’s short sleeve shirts, Type I, Class 2, made in accordance with Air Force Purchase description YACL 02-2 dated 15 July 02 (attached in solicitation). The finished dimensions shall be in accordance with the type I, class 2, short sleeve, 65/35% polyester/cotton, blue 1550; specified in Air Force Purchase description YACL 02-2 dated 15 July 02. Specific quantities required: 1500 shirts are to be provided annually over a 3 year period (one year base period followed by 2 option years); totaling 4500 shirts. Offerors are required to submit Product Demonstration Models that consist of 2 SHIRTS on or before 8/15/08 to: U.S. Coast Guard Clothing Design and Technical Office, Attention Mrs. Rachel Anderson, U.S. Army Soldier Systems Center, Warehouse 20-86, 15 Kansas Street, Natick, MA 01760. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the senders request and expense, unless they are destroyed during pre-award testing. The product samples shall consist of 2 SHIRTS which shall be tested for conformance to the specifications. Failure of the models to conform to the required characteristics may require rejection of the offer. Failure to provide models by the time and date specified in the solicitation may be a cause for rejection if not otherwise eligible under the provisions for considering late offers. PDMs will become Government property unless return is requested within 30 days after award. If offeror plans to use multiple place of performance a PDM shall be submitted for each proposed place of performance. The Government will inspect the sewing facilities of the most highly rated offerors to determine production capability. The awarded 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. REQUEST ALL PRICING TO 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 contract, within 15 CALENDAR DAYS from the date the order is received by the Contractor. The first article shall be shipped to U.S. Coast Guard Clothing Design and Technical Office, Attention: Mr. Joseph Deblase, 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 Women’s shirt will consist of a visual examination for defects that affect appearance, serviceability, or salability and workmanship. Each finished shirt shall be visually examined to ensure conformance to the requirements specified in Air Force Purchase description YACL 02-2 dated 15 July 02. Each shirt shall be uniform in appearance and shall be free from defects that could affect the form, fit, function, quality and serviceability of the finished item. Should the first article lot be destroyed during first article inspection or rendered unusable as a result of the first article inspection, it will be the Contractors responsibility to repair or replace the first article lot after the inspection so that they are part of the production lot. If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article. The Contractor shall furnish the additional first article to the Government under the terms and conditions and within the time specified by the Government. Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. (b) Within 7 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 388 shirts must be delivered within 15 OF CALENDAR DAYS of first article acceptance. PARITAL SHIPMENTS WILL BE ACCEPTED. FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998). The following provisions and clause are incorporated by reference: 52.204-7 Central Contractor Registration (Oct 2003), 52.204-8 Annual Representations and Certifications (Jan 2005), 52.212-1 Instructions to Offerors-Commercial Items (Jan 2004), 52.212-3, Offeror Representations and Certifications-Commercial Items (SEPT 07) 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007). 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Sept 07). 52.219-6 Notice of Total Small Business Set-Aside (June 2003), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (June 2004), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006). 52.222.36, Affirmative Action for Workers with Disabilities (June 1998). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans for the Vietnam Era, and Other Eligible Veterans (Sept 2006). 52.222-41, Service Contract Act of 1965, as Amended (July 2005). 52.222-44, Fair Labor Standards Act and Service Contract Act?XPrice Adjustment (Feb 2002). 52.225-1 Buy American Act-Supplies (June 2003), 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003), 52.232-1 Payments (Apr 1984), FAR 52.232-25 Prompt Payment (Oct 2003), 52.232-18, Availability of Funds (Apr 1984). 52.232-33 Payment by Electronic Funds Transfer-Central Contractor registration (Oct 2003), 52.233-1 Disputes (Alternate 1)(Dec 1991), 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), 52.243-1 Changes-Fixed Price (Aug 1987), 52.247-34 F.o.b. Destination (Nov 1991), 52.249-1 Termination for Convenience of the Government (Fixed- Price)(Short Form)(Apr 1984), 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/. In accordance with FAR Case 2002-24, Federal Acquisition Circular (FAC) 2001-26, and FAR Subpart 4.12 - Annual Representations and Certifications, the use of Online Representations and Certifications Application (ORCA) has become mandatory as of January 1, 2005. ORCA is available through the Business Partner Network (BPN) at http://www.bpn.gov/. Contractors will use ORCA to electronically submit annual Representations and Certifications (Reps & Certs). Contractors will no longer be required to submit hard copies of their Reps & Certs with each proposal. For contractors to be able to upload their Reps & Certs to ORCA, they must have an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN). Offerors responding to this announcement must include their Dun and Bradstreet (DUNS) number. If Contractors have already uploaded their annual Reps & Certs, please submit a statement with your quotation certifying that the Reps & Certs in ORCA are accurate for this solicitation, or provide the information required in required in FAR 52.212-3 (b) thru (j). 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. Offerors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by fax or e-mail. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 12:00 (noon) ET, 8/1/08.. The government will award an order resulting from this solicitation to the responsible offeror whose offer is most advantageous to the government. The government will evaluate each quotation based on Price, Delivery Time, Conformance of the Product Demonstration Models to Air Force Purchase Description YACL02-2 dated 15July 02, and Production Capability. The U.S.Coast Guard Purchase Descriptions are not attached and can be obtained by mail or e-mail. Please contact John Giel at 609-861-7927 or john.m.giel@uscg.mil. All Product Demonstration Models must be submitted to U.S. Coast Guard Clothing Design and Technical Office in Natick, Ma by 8/15/08. All quotations must be submitted and received at this office on or before 8/15/08 at 2:00 PM eastern time. Quotations may be sent via e-mail to john.m.giel@uscg.mil or fax to (609) 861-5927, Attn: John Giel. 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 (active / inactive). Please direct all questions regarding this solicitation to John Giel at (609) 861-7927. This is NOT a sealed bid advertisement, and quotations will NOT be publicly opened.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=45128cac741c627614fd7dd5b873e828&tab=core&_cview=1)
- Place of Performance
- Address: USCG/Uniform Distribution Center, 414 Madison Ave., Woodbine, New Jersey, 08270, United States
- Zip Code: 08270
- Zip Code: 08270
- Record
- SN01623948-W 20080727/080725225219-45128cac741c627614fd7dd5b873e828 (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 |