Michigan Bids > Bid Detail

Insulated Clothing for Surface Maintenance Office (MIARNG)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159855526488323
Posted Date: May 16, 2023
Due Date: Jun 2, 2023
Solicitation No: W912JB-23-Q-0047
Source: https://sam.gov/opp/69e272cc84...
Follow
Insulated Clothing for Surface Maintenance Office (MIARNG)
Active
Contract Opportunity
Notice ID
W912JB-23-Q-0047
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NF USPFO ACTIVITY MI ARNG
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 15, 2023 10:48 pm EDT
  • Original Date Offers Due: Jun 02, 2023 12:30 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 31, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Lansing , MI 48906
    USA
Description

Solicitation number: W912JB-23-Q-0047 Request For Quote (RFQ)



Title: Insulated Clothing for SMO



Restriction: 100% Total Small Business



NAICS: 315990 Apparel Accessories and Other Apparel Manufacturing



Size Standard: 600 Employess



Issue date: May 15, 2023



Closing date: June 02, 2023



This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, FAR 13 and 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.



1.0 REQUEST FOR QUOTE



1.1 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-03.



1.2 Small business set aside is 100% Total Small Business



1.3 Applicable size standard is 600 employees



1.4 Delivery Location:



1.5 Delivery shall be made to the USPFO-MI Warehouse 3405 N Martin Luther King Jr. Blvd, Bldg 40, Lansing MI 48906



1.6 Refer to Attachment A - Product Specifications for salient characteristics of item requested. Offer must meet or exceed the quality of the items listed in the attachment.



1.7 CLIN structure:



1.7.1 0001 Bib Overalls 300 EA



Refer to technical exhibit 1 for size requirements.



1.7.1.1 0002 Hooded Sweatshirt 300 EA



Refer to technical exhibit 1 for size requirements.



1.7.1.2 0003 Fleece Cap 300 EA



Size: One size fits all



1.7.2 Travel/Delivery shall be to the following locations:



1.7.2.1 USPFO - MI Warehouse; 3405 N Martin Luther King Jr. Blvd, Bldg 40, Lansing, MI 48906



1.7.2.2 Contractors shall identify lead time/delivery time ARO.





2.0 QUOTE FORMAT



2.1 Refer to clause 52.212-1 Instructions to Offerors for preparation of the quote. An SF1449 is not required in accordance with FAR 12.603(b)



2.2 Offers should include the solicitation number, contractor name and address, point of contact name, phone and email address, CAGE code, unique entity identifier, tax identification number, and expiration date of pricing (minimum of 60 days).



2.3 Pricing of the offer shall include substantiating data of the price proposal to establish that the proposed price is reasonable and complete. The offer should include unit and total price of item requested.



2.4 The contractor shall submit a capability statement. It will be evaluated for the company's capability to meet the requirements.



2.5 Questions due: 31 May 2023, 12:30 pm Eastern Standard Time (EST)



Questions must be submitted via email to milagros.isabelbaez.civ@army.mil. Questions will not be answered via telephone.



2.6 Quotes due: 02 June 2023, 12:30 p.m. Eastern Standard Time (EST)



The Government reserves the right to require minor clarifications or to hold discussions. However, the Government may award without requesting clarification for ambiguity.





3.0 TECHNICAL CAPABILITY



3.1 The proposal shall present relevant information articulating the offeror’s proposed approach to meeting the minimum requirements identified in th product specifications. This section shall clearly demonstrate the offeror’s understanding by providing a clear description of the proposed approach to providing the Insulated clothing in accordance with the salient characteristics identifed in Attachment A. The offeror’s description should include a clear description of all processes and procedures employed. Offerors shall provide relevant experience (for this purpose, experience refers to what an offeror has done, not how well it was accomplished) in performing proposed processes and procedures.



3.2 Contractor shall provide all items in accordance with Attachment A -Product Specifications.



3.3 FIRST ARTICLE OF APPROVAL: The Contractor shall deliver _1_ EA of _item 1, 2, and 3 within _30__ calendar days from the date of contract award to the Government at USPFO Warehouse, 3405 N Martin Luther King Jr. Blvd, Bldg 40, Lansing, MI 48906 and shall be addressed to: CPT Nathan Dewitt/ 1SG Jacob Waldorf for first article (Insulated Clothing for SMO). Once first article of Insulated Clothing (Bib overalls, hooded sweatshirt, and Fleece cap) is approved, Contractor shall deliver all approved items/ clothing within__60__ days after the contract award date. The shipping documentation shall contain this contract number and the Lot/Item identification.



4.0 EVALUATION



4.1 The offer will be evaluated for price reasonableness compared to the Government’s anticipated pricing.



4.2 The offer should provide the cost breakdown for comparison.



4.3 The government intends to award to the responsible company whose quote, conforming to the solicitation, is most advantageous to the government based on price and other factors that provide the best value.



4.4 Best value will be determined by evaluating price, past performance, and technical approach. Technical capability will be rated as acceptable or unacceptable. The proposed employee’s resume will be evaluated with the technical capability.



4.5 Unsatisfactory action in FAPIIS or SPRS in the last three years may render your quote unacceptable.





5.0 SAM Registration/Joint Venture



In accordance with Class Deviation 2023-O0001 effective October 28, 2022, a small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories: A) Small business; (B) Service-disabled veteran-owned small business;



(C) Women-owned small business (WOSB) under the WOSB Program; (D) Economically disadvantaged women-owned small business under the WOSB Program; or (E) Historically underutilized business zone small business.





6.0 Award



6.1 In accordance with FAR 12.207, a firm-fixed contract shall be issued.



6.2 The contractor shall communicate with the Contracting Officer Representative (COR) to schedule the preliminary performance.





7.0 Billing Instructions



7.1 Invoice terms are Net 30 days.



7.2 Invoices must be for items delivered. Invoices will not be accepted untill all items are recieved and inspected.



7.3 Inspection and acceptance will be conducted at the USPFO Warehouse in Lansing, Michigan.



7.4 Quantity for supply corresponds to the number of items to be delivered and invoices to be submitted after deliveries are made.



7.5 Invoices must be submitted through Wide Area Work Flow (https://piee.eb.mil).



7.5.1 Instructions are on clause 252.232-7006.



7.5.2 The invoiced amount for the CLIN shall not exceed the unit of issue amount.



7.5.3 Invoices shall be submitted after all items have been delivered, received, and inspected by the requiring activity.


Attachments/Links
Attachments
Document File Size Access Updated Date
Attachment A - Product Specificarions.pdf (opens in new window)
794 KB
Public
May 15, 2023
Attachment B - Solicitation Clauses.pdf (opens in new window)
995 KB
Public
May 15, 2023
file uploads

Contact Information
Contracting Office Address
  • KO FOR MIARNG DO NOT DELETE 3423 N MARTIN LUTHER KING BLVD
  • LANSING , MI 48906-2934
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 15, 2023 10:48 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >