FedBizOpps/CBD
Notice Type: Amendment to Combined Synopsis/Solicitation
Posted Date: 19-SEP-10
Office Address: Other Defense Agencies; U.S. Special Operations Command; Naval Special Warfare Group 4; 2220 Schofield Road Norfolk VA 23521
Subject: EMBROIDERY SERVICE
Classification Code: 99 - Miscellaneous
Solicitation Number: H92242-10-T-0695
Contact: Mary Tuttle, Chief Contracting Officer, Phone 757-763-4407, Fax 757-492-1343, Email [email protected] - Ruby Phillips, Purchasing Agent, Phone 757-763-4432, Fax 757-492-1343, Email [email protected]
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address): 3402 TARAWA ROADSAN DIEGO, CA
Place of Performance (zipcode): 92155
Place of Performance Country: US
Description: Other Defense Agencies
U.S. Special Operations Command
Naval Special Warfare Group 4
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation, issued as a Request for Quotation; a written solicitation will not be issued. Solicitation Number H92242-10-T-0695 incorporates provisions and clauses that are in effect through FAC 2005-14, dated 22 November 2006 and DFARS Change Notice 20050930. The DPAS Rating for this solicitation is S1. 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: http://farsite.hill.af.mil/ [http://farsite.hill.af.mil]. This requirement is Set-aside for Small Business. The NAICS code is 811490, the Size Standard is $6.5. The Naval Special Warfare Group Four (NSWG-4) requests responses from qualified sources capable of providing Embroidery and Tailoring of Military Uniforms for the Special Boat Team Twelve (SBT-12), located at 3402 Tarawa Road, San Diego, CA. 92155-5003. NSWG-4 anticipates awarding a Firm Fixed Price Contract.
See Attached Statement of Work with details of request and Line Items. Provide Each Pricing for each Line Item on Attached sheet. The Government will issue a Firm Fixed Price Contract with set pricing per line item. Billing will be monthly in arrears, upon receipt of a detailed invoice listing all items serviced. PERIOD OF PERFORMANCE DATE OF WARD UNTIL 30 SEPTEMBER 2011.
Certification and Representations shall be submitted via ORCA website at https://orca.bpn!gowjiumcsearch.aspx/ [https://orca.bpn.gov/publicsearch.aspx] Commercial Items;
52.204-7 Central Contractor Registration (Apr 2008)
52.212-4 Contract Terms and Conditions - Commercial Items (Jun 2010),
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (Jul 2010),
52.222-3 Convict Labor (Jun 2003),
52.222-21 Prohibition of Segregated Facilities ((Feb 1999)
52.222-26 Equal Opportunity (MAR 2007)
52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999), 52.233-3 Protest After Award (May 2010).
52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006),
52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006). for EPA-Designated Products (Sep 2006),
DFAR 252.212-7000 Offeror Representations and Certifications Commercial Items (Jan 2005)
DFAR 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of commercial items ( Jan 2005).
Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/.
DFAR 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000)
As prescribe in DFAR 5615.209 (1). insert the following provision:
All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact:
Mary Tuttle, Chief Contracting Officer
2220 Schofield Road
Norfolk. VA. 23521-4457. 757-763-4407
mailto:[email protected]
DFAR 5652.228-9000 Required Insurance (2003)
As prescribed in 5628.310. insert the following clause,
The kinds and minimum amounts of insurance required in accordance with FAR 52.228-5 "Insurance-Work on a Government Installation" are as follows:
! TYPE ! AMOUNT !
! Property Damage Liability ! $20,000 per occurrence !
! Workers Compensation & Occupational Disease ! As required by federal and State Statutes !
! Employer's Liability ! $100,000 !
!
DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (July 2009)
52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (May 2004)
52.212-2, Evaluation - Commercial Items (Jan 1999) is applicable to this procurement; (a) The government will award a contract resulting from this solicitation to the responsible Vendor whose offer conforms to the solicitation offering the lowest price technically acceptable.
Solicitation and questions will only be received by email or Fax: 757-492-1343, to the Contracting Officer, Mary Tuttle, email: mailto:[email protected] [[email protected]], before closing date 5:00 PM Eastern Standard Time (EST), October 2, 2010.
Link/URL: https://www.fbo.gov/spg/ODA/USSOCOM/SanDiegoCA/H92242-10-T-0695/listing.html



FedBizOpps/CBD
Advisor News
- Trump proposes retirement savings plan for Americans without one
- Millennials seek trusted financial advice as they build and inherit wealth
- NAIFA: Financial professionals are essential to the success of Trump Accounts
- Changes, personalization impacting retirement plans for 2026
- Study asks: How do different generations approach retirement?
More Advisor NewsAnnuity News
- Regulators ponder how to tamp down annuity illustrations as high as 27%
- Annual annuity reviews: leverage them to keep clients engaged
- Symetra Enhances Fixed Indexed Annuities, Introduces New Franklin Large Cap Value 15% ER Index
- Ancient Financial Launches as a Strategic Asset Management and Reinsurance Holding Company, Announces Agreement to Acquire F&G Life Re Ltd.
- FIAs are growing as the primary retirement planning tool
More Annuity NewsHealth/Employee Benefits News
- CT hospital, health insurer ink coverage contract. What it means for patients.
- FROM THE SENATE FLOOR, SENATOR COLLINS INTRODUCES THE WE CAN'T WAIT ACT
- SENATORS COLLINS, HASSAN INTRODUCE BIPARTISAN LEGISLATION TO ALLOW DISABLED AMERICANS TO RECEIVE DISABILITY INSURANCE DURING WAITING PERIOD
- Red and blue states want to lLimit AI in insurance; Trump wants to limit states
- Researchers from Boston University Report Findings in Managed Care (Unexplained Pauses In Centers for Disease Control and Prevention Surveillance: Erosion of the Public Evidence Base for Health Policy): Managed Care
More Health/Employee Benefits NewsLife Insurance News