SOLICITATION NOTICE
84 -- Jackets and shirts
- Notice Date
- 8/26/2008
- Notice Type
- Modification/Amendment
- NAICS
- 315299
— All Other Cut and Sew Apparel Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SB3100-8177-3021
- Response Due
- 8/27/2008 3:30:00 PM
- Point of Contact
- Vonda L DeBolt, Phone: (717) 770-6145
- E-Mail Address
-
vonda.debolt@ddc.dla.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This amendment 0001 is issued to extend the closing date indefinitely. Amendment 0002 shall be issued on or about the week of 01 September 2008 with changes to the requirement. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 – Streamline Procedures for Evaluation and Solicitation For Commercial Items, 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. This is a Request for Quotation (RFQ) and the RFQ number is SB3100-8177-3021. The Defense Distribution Depot Susquehanna (DDSP), New Cumberland, PA has a requirement to purchase 1500 jackets, and 1500 long sleeve T-shirts. (Description, sizes and quantities are defined below). This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-26, Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20080812 and Defense Logistics Acquisition Directive (DLAD) current to Revision 5 and Proc Ltr. 2008-40 and FARS Dev. 2007-01. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil This RFQ is 100% set-aside for small Business concerns. The NAICS Code applicable to this acquisition is 315299 and the small business size standard is 500 employees. This combined solicitation synopsis is a Brand Name or Equal RFQ. A production sample may be required. Contractors must be able to meet the following requirements: 1. Supply all items listed below. 2. Contractor shall complete and deliver jackets and T-shirts to DDSP, Mechanicsburg, PA within 60 days from date order is placed. 3. Contractor shall meet the defined requirements for DDSP. 1500 each, Outrigger Charles River Waterproof Black Rain jacket #9299 or equal. The jackets shall be embroidered with six (6) color filled DDSP logo plus Susquehanna on left chest, 13,800 stitches, in the following sizes: 55 each – small; 135 each – medium; 361 each – large; 498 each Xlarge; 259 each – 2Xlarge; 116 each – 3XLarge; 52 each – 4Xlarge and 24 each – 5XLarge. The jackets shall be shell supple and lightweight waterproof polyurethane, bonded to a poplin backing for enhanced fabric strength and durability. Lining shall be gray mesh throughout the body and hood with lightweight taffeta nylon in the sleeves for breathability. The jacket shall have a reflective Luminex stripes, piping and zipper pulls. Heat-sealed seams and front-vented capes, concealed adjustable shockcord drawstring at hood. Hood features shall be a three piece design, cuffs shall be adjustable Velcro closure, flannel lined side pockets with zipper closures and a 2-way zipper. The emblem shall be a total of 3” with lettering, SUSQUEHANNA PA, ¼” high. 1500 each, Jerzees black, long sleeve, pocketed T-shirts #29PL or equal with DDSP screen printed on front right chest in orange lettering. DDSP lettering shall be 1” with SUSQUEHANNA PA to fit underneath DDSP. The quantities and sizes are: 55 each – small; 135 each – medium; 361 each – large; 498 each Xlarge; 259 each – 2Xlarge; 116 each – 3XLarge; 52 each – 4Xlarge and 24 each – 5XLarge. T-shirt shall be 5.6 oz., 50% pre-shrunk cotton polyester with ribbed crew neck and cuffs, shoulder to shoulder taping, and two-needle hemmed bottom. Unisex sizes Small – 5XLarge Delivery point is FOB DESTINATION to Defense Distribution Depot Susquehanna, 5450 Carlisle Pike, Bldg 203, Door 12, Mechanicsburg, PA 17055. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. Payment for supplies under this order will be made by the Acquisition Operations Office via the Government Purchase Card (VISA). NOTE: Since all payments under this purchase order will be made via the Government Purchase Card, the Contractor must accept the VISA Credit Card for payment of all supplies ordered under this purchase order. The following FAR and DFARS clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (e) multiple offers and (h) multiple awards. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. Addenda to FAR 52.212-1 Instructions to Offerors – Commercial Items: – The following provisions are included in full text: FAR 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation. (b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must— Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by— (i) Brand name, if any; and (ii) Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity’s Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an “Agency Level Protest under Executive Order No. 12979.” (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer’s decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (JUN 2001) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS–Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Unit Price and extended prices for all CLINS; (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. Evaluation – Quotes will be evaluated in accordance with FAR 13.106. Award will be made to the lowest technically acceptable contractor. Contractors are required to provide descriptive literature that clearly indicates the products offering meet the salient characteristics. This information will be used to determine technical acceptability. FAR 52.212-4 Contract Terms and Conditions–Commercial Items. Addenda to 52.212-4; the following clauses apply: FAR 52.247-34FOB Destination FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders–Commercial Items (in paragraph (b) the following clauses apply: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-14 Limitations on Subcontracting FAR 52.219-28Post Award Small Business Program Re-representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor–Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of segregated facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees FAR 52.222-50 Combating Trafficking in Persons FAR 52.225-13 Restriction on Certain Foreign Purchases FAR 52.232-36 Payment by Third Party DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: FAR 52.203-3 Gratuities DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.225-7036 Buy American Act–Free Trade Agreement–Balance of Payments Program ALT I DFARS 252.243-7002 Request for Equitable Adjustment DFARS 252.247-7023 Transportation of Supplies by Sea DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) (FEB 2007) (a) This clause only applies when wood packaging material (WPM) will be used to make shipments under this contract and/or when WPM is being acquired under this contract. (b) Definition. Wood packaging material (WPM) means wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frame and cleats. The definition excludes materials that have undergone a manufacturing process, such as corrugated fiberboard, plywood, particleboard, veneer, and oriented strand board (OSD). (c) All Wood Packaging Material(WPM) used to make shipments under DOD contracts and/or acquired by DOD must meet requirements of International Standards for Phytosanitary Measures (ISPM) 15, "Guidelines for Regulating Wood Packaging Materials in International Trade." DOD shipments inside and outside of the United States must meet ISPM 15 whenever WPM is used to ship DOD cargo. (1) All WPM shall comply with the official quality control program for heat treatment (HT) or kiln dried heat treatment (KD HT) in accordance with American Lumber Standard Committee, Incorporated (ALSC) Wood Packaging Material Program and WPM Enforcement Regulations (see http://www.alsc.org/). (2) All WPM shall include certification/quality markings in accordance with the ALSC standard. Markings shall be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. All containers shall be marked on a side other than the top or bottom, contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ASLC approved DUNNAGE stamp. (d) Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The Agency reserves the right to recoup from the Contractor any remediation costs incurred by the Government. (End of Clause) Offerors responding to this announcement shall submit their quotations via FAX to Vonda DeBolt, 717-770-7591 or e-mail to Vonda.Debolt@dla.mil. All quotes must be received by 27 Aug 2008 AT 3:30 PM EDST to be considered for award.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6426edb78f122ed19c3f70f730b16517&tab=core&_cview=1)
- Place of Performance
- Address: DEFENSE DISTRIBUTION DEPOT SUSQUEHANNA, 2001 MISSION DRIVE, NEW CUMBERLAND, Pennsylvania, 17070, United States
- Zip Code: 17070
- Zip Code: 17070
- Record
- SN01651774-W 20080828/080826230036-6426edb78f122ed19c3f70f730b16517 (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 |