SOLICITATION NOTICE
99 -- Underway BDU Tops and Pants - Bid Schedule
- Notice Date
- 8/10/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
- ZIP Code
- 23461-2299
- Solicitation Number
- H92244-11-T-0212
- Archive Date
- 9/4/2011
- Point of Contact
- Kenneth C Brumfiel, Phone: 757-893-2716
- E-Mail Address
-
kenneth.brumfiel@vb.socom.mil
(kenneth.brumfiel@vb.socom.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Bid Schedule This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-11-T-0212 A firm fixed price contract is contemplated. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 effective 04 August 2011. North American Industrial Classification Code (NAICS) 339999 with a standard business size of 500 employees applies to this procurement. This procurement is 100% set-aside for small business concerns. The DPAS rating for this procurement is DO-C9. All responsible sources may submit a quote which shall be considered by the agency. The contractor shall provide a quote using the attached bid schedule. Every element identified under the CLIN's is required to be priced individually. Please quote brand name or equal to (if quoting equal to please include specifications with you quotation). FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS PROCUREMENT AND ARE SUBJECT TO FAR 52.232-18 -- Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Quotes are required to be valid until 1 October 2011. Section B Schedule of Supplies and Services CLIN 0001, Underway BDU Tops (see attachment labeled "bid schedule"), Qty: 200, Unit of Issue: Each; CLIN 0002, Underway BDU Pants (see attachment labeled "bid schedule"), Qty: 200, Unit of Issue: Each; OPTION CLIN 1001, Underway BDU Tops (see attachment labeled "bid schedule"), Qty: 150, Unit of Issue: Each; OPTION CLIN 1002, Underway BDU Pants (see attachment labeled "bid schedule"), Qty: 150, Unit of Issue: Each; Section C Description Underway BDU Shirt Design: The shirt shall have raglan sleeves with inset upper arm cargo pockets. The pockets shall have curved loop on the outside and the flap shall have curved loop on the outside for insignia. The pocket shall have a slide fastener opening on the front for inner pocket access. The shirt sleeves shall have seams around, below the cargo pocket, above the elbow area. There shall be tabs at the cuff with hook and loop closure. The shirt shall have a slide fastener on the center front mandarin collar. The shirt shall be of mesh knit fabric on the torso and mesh knit fabric on the inner collar for comfort and a woven material on the sleeves. Basic Material. The sleeve and outer collar material shall be a four way stretch woven fabric containing nylon/spandex. The material shall be treated with a durable water repellent to allow for water to bead on the surface in accordance with the American Association of Textile Chemists and Colorists, (AATCC) 22 test method. The water repellent treatment and tight weave provide shedding capabilities for both snow and light rain. The weight of the fabric also allows for an extremely quick drying time. The material shall weigh 6.5 oz/yd2 (+/-5%) and be very thin without compromising durability. These characteristics shall provide the wearer with a lightweight, comfortable and packable garment. The color shall be grey. Secondary Material. The torso material shall be highly breathable to provide comfort and not restrict the movement of moisture vapor and shall be quick drying. The color shall be grey. Mesh Material. Mesh fabric shall be Tricot knit mesh of 100% polyester or equal. The color shall be black or grey. Thread. The thread for all seaming and stitching shall conform to A-A-50199, Type I and Type II, Tex 36-45. As an alternate, Tex size 31-35 for Type I and Type II may be used for the bobbin/looper thread. Overedge stitch shall be Tex 36-50. The color shall be grey. All thread shall be non-staining and shall show a rating of "4" for colorfastness to laundering. Slide fastener. The slide fastener for the front opening shall be a continuous element polyester mono-filament, size 5-6 with a minimum crosswise breaking strength of 175 lbs., conforming to type I, Style 7 of A-A-55634 and shall be grey in color. Tape, hook and loop. The hook and loop fastener tape shall conform to type II, class 1 of A-A-55126, with selvage edges. No slit or split edges are permitted. Sew all hook and loop minimum of 1/8 inch from bound selvage to prevent needle cutting along edges. To prevent raveling, do not sew directly on selvage. However, each required width shall maintain a tolerance of + 1/32 inch as to prevent stitching runoffs or improper fit into automatic sewing equipment. The color shall be grey. Underway BDU Pants Design: The trousers shall have a center front fly opening with a slide fastener and a button with secondary hook and loop for closure. It also shall have two front hip pockets, two side bellowed cargo pockets, two front thigh bellowed pockets and two low leg pockets. The side cargo pockets shall have a slide fastener opening on the front with mesh interior for ventilation. The cargo pocket shall close with hook and lop and secondary button and buttonhole closure. The low leg pockets shall have double pockets and close with hook and loop. The top pocket of the low leg pockets shall have a stitch line down the center and elastic at the top to hold flares, etc. The trousers shall have five belt loops and have seat and knee reinforcements. The knees shall be contoured and the reinforcements shall have hook and loop openings at the bottom for knee pad insertion and are stitched for appropriate fit of the knee pad used. The leg openings shall have elastic cord adjustments. All slide fasteners shall have cord for ease of use opening when wearing gloves. Basic Material. The basic material is a four way stretch woven fabric containing nylon/spandex. The material shall be treated with a durable water repellent to allow for water to bead on the surface in accordance with the AATCC 22 test method. The water repellent treatment and tight weave provide shedding capabilities for both snow and light rain. The weight of the fabric also allows for an extremely quick drying time. The material shall weigh only 6.5 oz/yd2 (+/-5%) and shall be very thin without compromising durability. These characteristics shall provide the wearer with a lightweight, comfortable and packable garment. The garment design shall provide a garment that is light in weight, low in bulk, has environmental protection and comfort in movement. The color shall be grey. Mesh Material. Mesh fabric shall be Tricot knit mesh of 100% polyester or equal. The color shall be black. Thread. The thread for all seaming and stitching shall conform to A-A-50199, Type I and Type II, Tex 36-45. As an alternate, Tex size 31-35 for Type I and Type II may be used for the bobbin/looper thread. Overedge stitch shall be Tex 36-50. The color shall be grey. All thread shall be non-staining and shall show a rating of "4" for colorfastness to laundering. Slide fastener. The slide fastener for the front opening shall be a continuous element polyester mono-filament, size 5-6 with a minimum crosswise breaking strength of 175 lbs., conforming to type I, Style 7 of A-A-55634 and shall be grey in color. Tape, hook and loop. The hook and loop fastener tape shall conform to type II, class 1 of A-A-55126, with selvage edges. No slit or split edges are permitted. Sew all hook and loop minimum of 1/8 inch from bound selvage to prevent needle cutting along edges. To prevent raveling, do not sew directly on selvage. However, each required width shall maintain a tolerance of + 1/32 inch as to prevent stitching runoffs or improper fit into automatic sewing equipment. The color shall be grey. Elastic material. The elastic material used on the pocket shall be in accordance with MIL-W-5664, Type II, 3/4 inches + 1/16 inch wide. The elastic material may be Black or Grey. Webbing/tape. Tape, MIL-PRF-5038, 3/8-inch wide shall be used to construct the leg opening adjustments. The color shall be grey. Snap Fasteners. Snap fasteners shall conform to MIL-F-10884 style 2A. The snap fasteners shall have a Black chemical finish, except the button cap shells shall be grey. The enamel shall be uniformly coated over the top surface of the shell including the visible portion of the edge. Reinforcement Material. The reinforcement material for the inner pockets shall be greater or equal to a 500d, nylon, plain weave 7.5-8.5 osy coated fabric. The color shall be Grey. Section D Delivery Schedule The delivery date is to be determined (evaluation factor). Section E Inspection and Acceptance Inspect and Acceptance shall be at Destination by the Government. The following provisions and clauses are incorporated into the RFQ: CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions Jul-04 FAR 52.203-3 Gratuities Apr-84 FAR 52.203-6 Restrictions On Subcontractor Sales To The Government - Alt I (Oct-1995) Sep-06 FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity Jan-97 FAR 52.204-7 Central Contractor Registration Apr-08 FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. Dec-10 FAR 52.211-6 Brand Name or Equal Aug-99 FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use Apr-08 FAR 52.212-1 Instructions to Offerors -- Commercial Items Jun-08 FAR 52.212-4 Contract Terms and Conditions--Commercial Items Jun-10 FAR 52.219-6 Notice Of Total Small Business Set-Aside Jun-03 FAR 52.219-28 Post-Award Small Business Program Representation Apr-09 FAR 52.222-3 Convict Labor Jun-03 FAR 52.222-18 Contractor Policy to Ban Text Messaging While Driving Sep-10 FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies Aug-09 FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99 FAR 52.222-26 Equal Opportunity Mar-07 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10 FAR 52.222-50 Combating Trafficking of Persons Feb-09 FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving Sep-10 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun-08 FAR 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification Sep-10 FAR 52.227-1 Authorization and Consent Dec-07 FAR 52.232-9 Limitation On Withholding Of Payments Apr-84 FAR 52.232-15 Progress Payments Not Included Apr-84 FAR 52.232-23 Assignment of Claims Jan-86 FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration Oct-03 FAR 52.233-1 Alt I Disputes Dec-91 FAR 52.233-3 Protest After Award Aug-96 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct-04 FAR 52.242-13 Bankruptcy Jul-95 FAR 52.243-1 Changes -- Fixed-Price Aug-87 FAR 52.247-34 F.o.b. - Destination Nov-91 FAR 52.249-8 Default (Fixed-Price Supply & Service) Apr-84 DFARS 252.204-7000 DISCLOSURE OF INFORMATION Dec-91 DFARS 252.204-7003 Control Of Government Personnel Work Product Apr-92 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep-07 DFARS 252.209-7002 Disclosure of Ownership or Control by a Foreign Government. Jun-10 DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country Dec-06 DFARS 252.211-7003 Alt I Item Identification and Valuation Alt I Aug-08 DFARS 252.225-7000 Buy American Act--Balance of Payments Program Certificate Dec-09 DFARS 252.225-7001 Buy American Act And Balance Of Payments Program Jan-09 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03 DFARS 252.232-7010 Levies on Contract Payments Dec-06 DFARS 252.247-7023 ALT III Transportation of Supplies by Sea ALT III May-02 SOFARS 5652.204-9003 Disclosure of Unclassified Information (2007) SOFARS 5652.204-9004 Foreign Persons (2006) Section K CLAUSES INCORPORATED BY FULL TEXT: Please note full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers indecending order of importance. (i) Technical - Ability to meet the specifications identified in Section C. (ii) Delivery (iii) Price FAR 52.212-3 Alt I OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS - Alt I Mar-11 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items Mar-11 FAR 52.212-5 (Dev) (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation) Mar-11 FAR 52.252-1 Solicitation Provisions Incorporated by Reference. Feb-98 FAR 52.252.2 Clauses Incorporated By Reference Feb-98 FAR 52.252-3 Alterations in Solicitation Apr-84 FAR 52.252-5 Authorized Deviations in Provisions Apr-84 FAR 52.252-6 Authorized Deviations in Clauses Apr-84 FAR 52.253-1 Computer Generated Forms Jan-91 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar-11 SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000) SOFARS 5652.232-9003 Paying Office Instructions (2005) SOFARS 5652-232-9004 Distribution of Vouchers/Invoices (2009) SOFARS 5652.233-9000 Independent Review of Agency Protests (2009) 9/1/2010 SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING OFFICER (JAN 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Ana Downes, telephone (757) 893-2722. All questions concerning this procurement, either technical or contractual must be submitted in writing to Kenneth Brumfiel via email at kenneth.brumfiel@vb.socom.mil by 8:00 AM EST on August 15, 2011. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent via email to Kenneth Brumfiel. The offeror agrees to hold the prices in its quote firm for 180 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation. Offerors must scrutinize this solicitation and ensure their quote and submissions comply with all requirements. It is not sufficient to merely state your quote complies with the solicitation requirements. You must clearly identify how your quote meets ALL of the solicitation requirements. Point of contact for this procurement is Kenneth Brumfiel at kenneth.brumfiel@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Kenneth Brumfiel by email at kenneth.brumfiel@vb.socom.mil, phone: (757) 893-2716, fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Kenneth Brumfiel (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 9:00 a.m. Eastern Standard Time (EST) on 20 August 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-11-T-0212/listing.html)
- Record
- SN02528345-W 20110812/110810234915-5eb398a3614347683988a607bdff1ed5 (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 |