Federal Bid

Last Updated on 22 Jul 2019 at 8 AM
Combined Synopsis/Solicitation
Groton Connecticut

84--N6831619C003GR NSSF DIVER MUSTANG FLOTATION JACKETS AND BIB PANTS W SCREEN PRINTING

Solicitation ID N0018919QG029
Posted Date 24 Jan 2019 at 1 PM
Archive Date 22 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Groton Connecticut United states 06349
CANCELLATION NOTICE: 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. The solicitation number is N0018919QG029 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 2005-101 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2019-01-23 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Groton, CT 06349

The FLC Norfolk - Groton requires the following items, Brand Name or Equal, to the following:
LI 001: JACKET, MUSTANG BOMBER, MEDIUM FFP Mustang Survival Classic Bomber Flotation Jacket Bomber Jacket, Olive Drab, Medium with Screen Printing on back Screen Print - (U.S. Navy Diver) centered on upper back Mfg. Mustang Survival Model No. 17371410 Mfg. No. MJ6214-G1-7-M Dealer West Marine Pro Vendor Part No. MJ6214vG1M See Incorporated Salient Characteristics. To include Screen Printing and Shipping Delivery FOB Destination to Groton, CT Brand Name or Equal Or equal quotes are invited and encouraged. If or equal product is bid, vendors must provide a Yes-No Matrix with the salient characteristics and product literature data specifications to evaluate or equal product. SELLERS MUST COMPLETE MATRIX AND UPLOAD COMPLETE MANDATORY ATTACHMENTS TO BE CONSIDERED AND NOT DISQUALIFIED., 9, EA;
LI 002: JACKET, MUSTANG BOMBER, LARGE FFP Mustang Survival Classic Bomber Flotation Jacket Bomber Jacket, Olive Drab, Large with Screen Printing Screen Print - (U.S. Navy Diver) center on upper back Mfg. Mustang Survival Model No. 17371410 Mfg. No. MJ6214-G1-7-L Dealer West Marine Pro Vendor Part No. MJ6214vG1L See Incorporated Salient Characteristics. To include Screen Printing and Shipping Delivery FOB Destination to Groton, CT Brand Name or Equal Or equal quotes are invited and encouraged. If or equal product is bid, vendors must provide a Yes-No Matrix with the salient characteristics and product literature data specifications to evaluate or equal product., 4, EA;
LI 003: JACKET, MUSTANG BOMBER, XL FFP Mustang Survival Classic Bomber Flotation Jacket Bomber Jacket, Olive Drab, X-Large with Screen Printing Screen Print - (U.S. Navy Diver) centered on upper back Mfg. Mustang Survival Model No. 17371410 Mfg. No. MJ6214-G1-7-XL Dealer West Marine Pro Vendor Part No. MJ6214vG1XL See Incorporated Salient Characteristics. To include Screen Printing and Shipping Delivery FOB Destination to Groton, CT Brand Name or Equal Or equal quotes are invited and encouraged. If or equal product is bid, vendors must provide a Yes-No Matrix with the salient characteristics and product literature data specifications to evaluate or equal product., 10, EA;
LI 004: CUSTOM PROCESSING JACKET SCREEN A FFP Custom Order Processing and Screen Printed Artwork (U.S. Navy Diver) on back of Bomber Jacket Application for CLINS 0001-0003, 1, JOB;
LI 005: PANTS - BIB, MUSTANG, MEDIUM FFP Mustang Survival Classic Flotation Bib Pants - Medium - Black Mfg. Mustang Survival Model No. 10801694 Mfg. No. MP4212 BLK-M Dealer West Marine Pro Vendor Part No. 10801686 See Incorporated Salient Characteristics. To include Shipping Delivery FOB Destination to Groton, CT Brand Name or Equal Or equal quotes are invited and encouraged. If or equal product is bid, vendors must provide a Yes-No Matrix with the salient characteristics and product literature data specifications to evaluate or equal product., 18, EA;
LI 006: PANTS - BIB, MUSTANG, LARGE FFP Mustang Survival Classic Flotation Bib Pants - Large - Black Mfg. Mustang Survival Model No. 10801694 Mfg. No. MP4212 BLK-L Dealer West Marine Pro Vendor Part No. 10801678 See Incorporated Salient Characteristics. To include Shipping Delivery FOB Destination to Groton, CT Brand Name or Equal Or equal quotes are invited and encouraged. If or equal product is bid, vendors must provide a Yes-No Matrix with the salient characteristics and product literature data specifications to evaluate or equal product., 20, EA;
LI 007: PANTS - BIB, MUSTANG, XLARGE FFP Mustang Survival Classic Flotation Bib Pants – X-Large - Black Mfg. Mustang Survival Model No. 10801694 Mfg. No. MP4212 BLK-XL Dealer West Marine Pro Vendor Part No. 10801702 See Incorporated Salient Characteristics. To include Shipping Delivery FOB Destination to Groton, CT Brand Name or Equal Or equal quotes are invited and encouraged. If or equal product is bid, vendors must provide a Yes-No Matrix with the salient characteristics and product literature data specifications to evaluate or equal product., 2, EA;

Solicitation and Buy Attachments

***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, FLC Norfolk - Groton intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC Norfolk - Groton is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at [email protected]. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or [email protected]. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
1. Vendors must quote ALL line items or you will be automatically disqualified as technically unacceptable. This will be awarded on the lowest price technically acceptable for the whole dollar value. 2. All questions must be directed through the Reverse Auction Website, any questions outside of the Reverse Auction platform will not be answered. Do not send questions directly to buyers email. 3. Sellers must upload all technical criteria, lead time, and attachments with bid otherwise you may be automatically disqualified for not providing mandatory attachments. Or equal quotes are invited and encouraged. If or equal product is bid, vendors must provide a Yes/No Matrix with the salient characteristics and product literature data specifications to evaluate or equal product. 4. The Vendor shall complete, sign, and attach FAR 52.203-18 Prohibition on Contracting with Entities that Required Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017). 5. The Vendor shall complete, sign and attach FAR 52.209-11 Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under Any Federal Law (Feb 2016). 6. The vendor shall complete, sign, and attach FAR 52.225-18 Place of Manufacture (Mar 2015). 7. The Vendor shall complete, sign, and attach DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate (Nov 2004). Do not leave Blank or state FTA Compliant. If no place of manufacture is filled out on DFARS 252.225-7000 the bid will be evaluated as it is a foreign non qualifying country per DFARS 225.502 (c) (i) (E).

The NAICS code is 339920 and the Small Business Standard is 100%.

FAR 52.247-34, F.o.b. Destination applies

PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS--REPRESENTATION (JAN 2017)

REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016)

PLACE OF MANUFACTURE (AUG 2018)

252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation.

This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm

Prohibition on Contracting with Inverted Domestic Corporations (May 2012)

52.212-2 Evaluation - Commercial Items.

New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

No partial shipments are permitted unless specifically authorized at the time of award.

Bid MUST be good for 30 calendar days after close of Buy.

FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use “Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company.

The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items.

52.204-10 Reporting Subcontract Awards.

52.219-28 Post-Award Small Business Program Rerepresentation.

52.222-3 Convict Labor

52.222-19 Child Labor--Cooperation with Authorities and Remedies

52.222-21 Prohibition of Segregated Facilities

52.222-26 Equal Opportunity

52.222-36 Affirmative Action for Workers w/ Disabilities

52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010)

52.225-13 Restrictions on Certain Foreign Purchases.

52.232-18 Availability of Funds

252.211-7003 Item Identification & Valuation (AUG 2008)

252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011)

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.

252.247-7023 Transportation of Supplies by Sea (MAY 2002)

252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023.

Fleet Fast Pay

Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012)

Control of Government Personnel Work Product (April 1992)

Requirements Relating to Compensation of Former DOD Officials (Sep 2011)

Buy American Act & Balance of Payments (Oct 2011)

In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to [email protected].

This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.

All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications.

New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer’s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer’s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software.

All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award.

The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acquisition.gov/far/

WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training� link on the WAWF home page at https://wawf.eb.mil/.

Security Requirements AUG 1996

System for Award Management OCT 2018

System for Award Management Maintenance OCT 2018

Commercial and Government Entity Code Reporting JUL 2016

Commercial and Government Entity Code Maintenance JUL 2016

Brand Name or Equal AUG 1999

Unenforceability of Unauthorized Obligations JUN 2013

Unenforceability of Unauthorized Obligations JUN 2013

Requirement to Inform Employees of Whistleblower Rights SEP 2013

Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016

Notice of Authorized Disclosure of Information for Litigation Support MAY 2016

Prohibition of Hexavalent Chromium JUN 2013

Qualifying Country Sources As Subcontractors DEC 2017

Export-Controlled Items JUN 2013

CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (OCT 2018)

SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011)

COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016)

Bid Protests Not Available

Similar Past Bids

Virginia beach Virginia 03 Apr 2006 at 4 AM
Groton Connecticut 07 Feb 2019 at 4 PM
Bremerton Washington 29 Jan 2025 at 6 PM

Similar Opportunities