SOLICITATION NOTICE
35 -- Sewing Equipment - Request for Quotation Template
- Notice Date
- 2/20/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333249
— Other Industrial Machinery Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), 10 General Green Avenue, Building 1, Natick, Massachusetts, 01760-5011, United States
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-18-T-0003
- Archive Date
- 3/17/2018
- Point of Contact
- Yvette M Daltorio,
- E-Mail Address
-
yvette.m.daltorio.civ@mail.mil
(yvette.m.daltorio.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Brand Name Justification Request for Quotation Template (i) INTRODUCTION: 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 will not be issued. (ii) SOLICITATION TYPE: This combined synopsis/solicitation is a Request for Quotation (RFQ) issued by Army Contracting Command-Aberdeen Proving Ground, Natick Contracting Division (ACC-APG, NCD) on behalf of the Joint Program Executive Office, Joint Program Manager for Protection, to meet the operational and technical service requirements. (iii) CURRENTNESS: The Solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. (iv) SET ASIDE: It is the intent of the Government, though close coordination between ACC-APG, NCD and the US Navy Textile Research Center located at Natick Soldiers Systems Center, that there is a reasonable expectation of obtaining acceptable offers from two or more small businesses which sell and service industrial sewing equipment. As a result, this requirement will be set aside for competition among small businesses and only qualified offerors may submit quotations. The assigned NAICS Code will be 333249 with a small business size standard of 500 employees. (v) Contract Line Item Numbers (CLINs): This CLIN structure for the Contract is listed below: CLIN 0001 - Jack America/S4 Single Needle Sewing Machine; Quantity five (5) CLIN 0002 - Global 9980 Eyelet (sewn 3/16-1/4") Machine; Quantity one (1) CLIN 0003 - Needles for eyelet machine TEX 46-60; Quantity one hundred (100) CLIN 0004 - Yamato AZF 8403 OV Top Feed overlock; Quantity one (1) CLIN 0005 - Needles for overlock machine TEX 40; Quantity one hundred (100) CLIN 0006 - George Knight Heat Press/DC8; Quantity one (1) CLIN 0007 - Modifications to George Knight Heat Press/DC; Quantity one (1) CLIN 0008 - Freight Charges; Quantity one (1) See attached Request for Quotation Template for details (vi) DESCRIPTION OF REQUIREMENTS: This requirement is for industrial sewing equipment as specified above and detailed in the request for quotation template. New Equipment ONLY; NO remanufactured or ‘gray market' items. All items must be covered by the manufacturer's warranty. Shipping must be free on board (FOB) destination CONUS (Continental U.S), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This combined synopsis/solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. No partial shipments are permitted unless specifically authorized at the time of award. The contract holder will be required to invoice through the US Government Wide Area Work Flow System. (vii) DELIVERY: Delivery is required within 75 days of contract award. All machines need to be assembled and tested at contractor's facility prior to shipping to The Pine Bluff Arsenal, 10020 Kabrich Circle, Bldg 63-110, Pine Bluff, AR 71602-9500. (viii) PROPOSAL INSTRUCTIONS: The provision of FAR clause 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017), applies to this acquisition and is incorporated by reference into this RFQ. The Government does not intend to hold discussions, but reserves the right to do so. In the event of discussions, the offerors within the competitive range will be notified. (ix) The provision of FAR clause 52.212-3 Evaluation -- Commercial Items (Nov 2017) applies to this acquisition and is incorporated by reference into this RFQ. Offerors will include a completed copy of the provisions at FAR 52.212.3, Offeror Representations and Certifications -- Commercial Items, with their offer. (a) The Government will award a contract resulting from this solicitation to the lowest priced technically acceptable responsible offeror (x) The clause at 52.212-4 Contract Terms and Conditions -- Commercial Items (Jan 2017) applies to this acquisition and is incorporated by reference into this RFQ. Offerors will include a completed copy of the provision at FAR 52.212-4, Representations and Certifications -- Commercial Items, with their offer. (xi) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Nov 2017), applies to this acquisition and is incorporated by reference into this RFQ. The following additional FAR clauses cited in the clause are applicable to the acquisition; 52.209-10, Prohibition on Contracting with inverted Domestic Corporations ( 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) 52.233-3, Protest after Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (xii) The following additional FAR and DFARS provisions/clauses apply to this acquisition and are incorporated by reference; 52.202-1, Definitions (Nov 2013) 52.204-7, System for Award Management (Oct 2016) 52.204-13, System for Award Management Maintenance (Oct 2016) 52.204-16, Commercial and government Entity Cod Reporting (Jul 2016) 52.204-17, Ownership or Control of Offeror (Jul 2016) 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-20, Predecessor of Offeror (Jul 2016) 52.204-22, Alternative Line Item Proposal (Jan 2017) 52.207-4, Economic Purchase Quantity - supplies (Aug 1987) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation (Nov 20015) 52.209-11, Representation by Corporations regarding Delinquent tax Liability or a Felony Conviction under and Federal Law (Feb 2016) 52.211-6, Brand Name or Equal (Aug 1999) 52.219-1, Small Business Program representations, Alt 1 (Sep 2015) 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) 52.222-25, Affirmative Action Compliance (Apr 1984) 52.225-18, Place of Manufacture (Mar 2015) 52.232-1, Payments (Apr 1984) 52.232-8, Discounts for Prompt Payment (Feb 2002) 52.232-11, Extras (Apr 1984) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.223-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-1, Disputes (May 2014) 52.243-1, Changes, Fixed Price (Aug 1987) 52.249-1, Termination for Convenience of the government (Fixed Price) (Apr 1984) 52.252-2, Clauses Incorporated By Reference (Feb 1998) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sept 2013) 252.204-0001, Line Item Specific: Single Funding (Dec 1991) 252.204-7003, Control of Government Personnel Work Product (Apr 1992) 252.204-7004, Alt A, Central Contractor Registration (Feb 2014) 252.204-7006, Billing Instructions (Oct 2005) 252.204-7011, Alternative Line Item Structure (Sep 2011) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.211-7003, Item Identification and Valuation (Mar 2016) 252.211-7008, Use of Government-Assigned Serial Numbers (Sep 2010) 252.225-7001, Buy American Act and Balance Of Payments Program (Dec 2017) 252.225-7002, Qualifying Country Sources as Subcontractors (Dec 2017) 252.225-7048, Export Controlled Items (June 2013) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (June 2012) 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) 252.232-7010, Levies on Contract Payments (Dec 2006) 252.243-7001, Pricing of Contract Modifications (Dec 1991) 252.244-7000, Subcontracts for Commercial Items (Jun 2013) 252.246-7000, Material Inspection and Receiving Report (Mar 2008) 252.247-7023, Transportation of Supplies by Sea - Basic (Apr 2014) This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at http://farsite.hill.af.mil/vmfara.htm (xiii) A Defense Priorities and Allocations System (DPAS) rating is not applicable to this acquisition. (xiv) Quotations shall be submitted electronically to Yvette Daltorio via email at yvette.m.daltorio.civ@mail.mil. All quotations are due Friday 02 March 2018 3:00PM EST. Quotations will only be accepted electronically via the email address provided above. (xv) QUESTIONS: Questions regarding this solicitation can be directed to the Contract Specialist, Yvette Daltorio, at the provided email address. All questions must be submitted in writing by email by 4:00PM EST Monday 26 February 2018, no questions will be addressed telephonically. (xvi) Contracting Office Address: Army Contracting Center - Aberdeen Proving Ground, ATTN: CCRD-NA-SY, Natick Contracting Division Building 1, General Greene Ave, Natick, MA 01760-5011
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f3ee4f62cd51033c1b4f2fbfedcc2fbd)
- Record
- SN04828535-W 20180222/180220231606-f3ee4f62cd51033c1b4f2fbfedcc2fbd (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 |