WORK JACKETS
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additi... This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement (6923G219Q000002) constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, effective October 26, 2018. The Solicitation number is 6923G219Q000002 and is issued as a request for quotation (RFQ). The combined synopsis/solicitation will result in a firm fixed price purchase order. This requirement is a total set-aside for small business. Offers received from concerns that are not small business concerns shall be considered non-responsive and will be rejected (in accordance with FAR 52.219-06 Notice of Total Small Business Set-Aside which applies to this solicitation). The associated North American Industrial Classification System (NAICS) code for this procurement is 315210 with a small business standard of 750. The United States Merchant Marine Academy (USMMA) at Kings Point, New York requires the provisions of Work Jackets for a base and three (3) option years. REQUIREMENTS: Work jacket, dark grey in color with "USMMA" to be embroidered in one-inch tall royal blue letters with white outline. Item to be 8.25 ounce water repellent with detachable hood and two-way front zipper. Should contain two upper chest pockets, two lower front pockets and two inside pockets. Outershell shall be no more than 59% cotton, no less than 39% polyester and 2% spandex. Inner liner to be nylon quilted to thinsulate 80-gram thinsulate insulation. ITEM DESCRIPTION QTY UNIT UNIT PRICE EXTENDED AMOUNT BASE YEAR - Total of 272 Work Jackets 0001 Work Jackets (as indicated above) Size Small 56 EA 0002 Work Jackets (as indicated above) Size: Medium 120 EA 0003 Work Jackets (as indicated above) Size: Large 84 EA 0004 Work Jackets (as indicated above) Size: Extra Large 12 EA 0005 Freight (FOB DESTINATION) OPTION YEAR ONE (1)- Total of 308 Work Jackets 0001 Work Jackets (as indicated above) Size Small 64 EA 0002 Work Jackets (as indicated above) Size: Medium 124 EA 0003 Work Jackets (as indicated above) Size: Large 96 EA 0004 Work Jackets (as indicated above) Size: Extra Large 24 EA 0005 Freight (FOB DESTINATION) OPTION YEAR TWO (2) - Total of 308 Work Jackets 0001 Work Jackets (as indicated above) Size Small 64 EA 0002 Work Jackets (as indicated above) Size: Medium 124 EA 0003 Work Jackets (as indicated above) Size: Large 96 EA 0004 Work Jackets (as indicated above) Size: Extra Large 24 EA 0005 Freight (FOB DESTINATION) OPTION YEAR THREE (3) - Total of 308 Work Jackets 0001 Work Jackets (as indicated above) Size Small 64 EA 0002 Work Jackets (as indicated above) Size: Medium 124 EA 0003 Work Jackets (as indicated above) Size: Large 96 EA 0004 Work Jackets (as indicated above) Size: Extra Large 24 EA 0005 Freight (FOB DESTINATION) NOTE: VENDOR MUST SUPPLY PRE-PRODUCTION SAMPLE ALONG WITH BID. SAMPLE JACKET DOES NOT REQUIRE IMPRINT DESIGN. BASIS FOR AWARD Award will be made to the responsible, technically acceptable offeror, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest price technically acceptable (LPTA). To be awarded this contract, the offeror must be registered in SAM. SAM information may be found at: https://www.sam.gov The provision at 52.212-3 Offeror Representations and Certifications-Commercial items, applies to this solicitation. A copy of the provision may be attained from https://www.acquisition.gov/far/. Each offeror shall include a completed copy of the provision at 52.212-3 (JAN 2017) or certification that these have been completed online via Online Representations and Certifications application (ORCA) at https://www.sam.gov . DUE DATE AND TIME: Signed quotes are due NO LATER THAN 12:00 P.M. EST on April 10, 2019. All responsible sources may submit a response which, if timely received, will be considered by the agency. Quotes may be emailed to porterd@usmma.edu or delivered/mailed to: U.S. Merchant Marine Academy Attention: Deborah E. Porter, (6923G219Q000002) Procurement Department - Room 212 300 Steamboat Road Kings Point, NY 11024-1699 TERMS OF DELIVERY Delivery shall be FOB Destination All items shall be delivered by: June 10, 2019 (base), June 10, 2020 (option year one (1)), June 10, 2021 (Option Year two (2)) and June 10, 2022 (Option Year Three (3)) Delivery and acceptance of deliverables shall be at the following location: U.S. Merchant Marine Academy (USMMA) ATTN: Ship Service Bookstore -Geoff Boger 300 Steamboat Road Kings Point, NY 11024-1699 CLAUSES 52.252-2 Clauses Incorporated by Reference 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 the following internet address: Federal Acquisition Regulations (52) https://www.acquistion.gov/COMP/FAR/CURRENT/HTML/FARTOCP52.HTML The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The provision at 52.212-2, Evaluation-Commercial items (OCT 2014) applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be deemed the lowest price technically acceptable offer. Delivery, technical capability of the item offered to meet the Government requirement, and past performance will be evaluated to determine technical acceptability. The clause at 52.212-4, Contract Terms and Conditions - Commercial items, applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is incorporated into this solicitation, however, only the following clauses apply to this acquisition: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36 and 52.232-33. 52.217-8 Option to Extend Services. As prescribed in 17.208(f), insert a clause substantially the same as the following: Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days before the contract expires. 52.217-9 Option to Extend the Term of the Contract. As prescribed in 17.208(g), insert a clause substantially the same as the following: Option to Extend the Term of the Contract (Mar 2000) •1. (a) The Government may extend the term of this contract by written notice to the Contractor within the term of this contract; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. •2. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. •3. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 48 (months). For information regarding this solicitation, please contact: Deborah E. Porter, Contracting Officer Phone: 516-726-6137, Fax 516-773-5131 or Email: porterd@usmma.edu
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »