Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:F1D0260216GW01
1) OVERVIEW This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notic...
1) OVERVIEW This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. 2) SOLICITATION The solicitation number for this is F1D0260216GW01 and will be issued as an RFQ. 3) FEDERAL ACQUISITION CIRCULAR The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07. 4) SET-ASIDES The Government intends issue a total small business set-aside. The associated NAICS code is 315220 with a small business size standard of 750 employees. 5) LINE ITEMS LINE ITEM NUMBER: 0001 DESCRIPTION: Unisex Pants EXTENDED DESCRIPTION: See "Clauses and Provisions" for minimum specifications and quantities. LINE ITEM NUMBER: 0002 DESCRIPTION: Men's Jackets EXTENDED DESCRIPTION: See "Clauses and Provisions" for minimum specifications and quantities. LINE ITEM NUMBER: 0003 DESCRIPTION: Men's Shirts EXTENDED DESCRIPTION: See "Clauses and Provisions" for minimum specifications and quantities. LINE ITEM NUMBER: 0004 DESCRIPTION: Women's Jackets EXTENDED DESCRIPTION: See "Clauses and Provisions" for minimum specifications and quantities. LINE ITEM NUMBER: 0005 DESCRIPTION: Women's Shirts EXTENDED DESCRIPTION: See "Clauses and Provisions" for minimum specifications and quantities. LINE ITEM NUMBER: 0006 DESCRIPTION: Unisex Polos EXTENDED DESCRIPTION: See "Clauses and Provisions" for minimum specifications and quantities. 6) DESCRIPTION This requirement is for USAF HG clothing to be custom made with insignias sewn on for USAF HG. 7) DELIVERY/PERIOD OF PERFORMANCE DELIVERY/POP: 13 November 2020 DELIVER ADDRSS: Joint Base Anacostia-Bolling 50 Duncan Avenue, Bldg 7100 Washington, DC 20032 8) INSTRUCTIONS TO OFFERORS The provision at FAR 52.212-1, Instructions to Offerors - Commercial (DEVIATION 2018-O0018), applies to this acquisition and is included in the attached "Clauses and Provisions". 9) EVALUATION CRITERIA The provision at FAR 52.212-2, Evaluation - Commercial Items will be used and is included in the attached "Clauses and Provisions". The vendor’s proposed price will be evaluated on the basis of price reasonableness in accordance with FAR 13.106. 10) OFFEROR REPRESENTATIONS AND CERTIFICATIONS The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition and must be completed with any offer. It is included in the attached "Clauses and Provisions". 11) CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is included in the attached "Clauses and Provisions". 12) CONTRACT TERMS AND CONDITIONS The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and all the applicable FAR clauses cited with this requirement are included in the attached "Clauses and Provisions". 13) CLAUSES AND PROVISIONS All clauses and provisions applicable to this requirement are included in the attached "Clauses and Provisions". 14) DPAS RATING The Defense Priorities and Allocations System (DPAS) rating does not apply to this acquisition. 15) DUE DATE AND TIME All offers are due by the date and time specified in this posting and shall be submitted via email to the POC email address stated in this posting. 16) CONTACT INFORMATION The individual to contact for information regarding this solicitation is stated in the posting.