DESCRIPTION OF REQUIREMENT: Provide and/or custom-made original uniforms consistent with the 1812 time period, per attached statement of work (SOW) and 2 participants and measurements lists.
Destination Address: 431 Crawford Street, Portsmouth, VA 23704
Proposals/Offers must include:
(1) The solicitation number;
(2) The name, address, and telephone number of the offeror;
(3) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation and pictures/images that show the appearance of finished uniforms;
(4) Price, estimated delivery date, and any discount terms;
(5) "Remit to" address, if different than mailing address;
(6) Past performance information on previous contracts for the same or similar items and other references;
(7) If the offer is not submitted on Form SF-449 include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration;
(8) Company Tax Information Number and DUNS Number.
All responsible sources may submit a quote, which if timely received, will be considered by this agency.
The following Federal Acquisitions Regulation (FAR) provisions/clauses are applicable to this solicitation, and are incorporated by reference. Offerors may obtain full text versions of these clauses, electronically at http://www.arnet.gov/far:
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards;
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations;
52.212-1 Instructions to Offerors-Commercial Items (Jun 2008);
52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999);
52.212-3 Offeror Representations and Certifications-Commercial Items (Jan 2011)
52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010);
52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jan 2011).The following clauses listed within 52.212-5 are applicable:
52.219-6 Notice of Total Small Business Set-Aside (Jun 2003)(15 U.S.C. 644);
52.219-13 Notice of Set-Aside of Orders;
52.222-3 Convict Labor
52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126);
52.222-21 Prohibition of Segregated Facilities (Feb 1999);
52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246);
52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010);
52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010 (29 U.S.C. 793);
52.222-41 Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et. seq.);
52.222-50 Combating Trafficking in Persons (Feb 2009)(22 U.S.C. 7104(g));
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving.
52.232-33 Payments by Electronic Funds Transfer - Central Contractor Registration (Oct 2003)(21 U.S.C. 3332).
NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:
This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion of certifications prior to submission of your quote. Proposals/Offers shall contain a statement that the ORCA requirement has been met.
The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
The U. S. Coast Guard, Shore Infrastructure Logistics Center (SILC-pcb31) intends to award a Firm-Fixed Price (FFP) Purchase Order using Simplified Acquisition Procedures to the responsible vendor whose proposal/offer conforms to this solicitation, and is determined to be most advantageous to the Government based on ability to meet basic requirements, delivery date, and price.