+ All Categories
Home > Documents >   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR)...

  · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR)...

Date post: 18-Jun-2020
Category:
Upload: others
View: 1 times
Download: 0 times
Share this document with a friend
75
N0018917QG042 Page 1 of 75 ITEM NO SUPPLIES/ SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 200 Each E7 & above Male Shirts Version 1-001 FFP E7 & above Male Shirts Version 1-001 NO BIDS WILL ACCEPTED WITHOUT DFARS 252.225-7000, AND FAR 52.203-18, 52.209-11 FOB: Destination MILSTRIP: 1300632455 PURCHASE REQUEST NUMBER: 1300632455 NET AMT ITEM NO SUPPLIES/ SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 200 Each E7 & above Male Shirts Version 2-002 FFP E7 & above Male Shirts Version 2-002 NO BIDS WILL ACCEPTED WITHOUT DFARS 252.225-7000, AND FAR 52.203-18, 52.209-11 FOB: Destination MILSTRIP: 1300632455 PURCHASE REQUEST NUMBER: 1300632455 NET AMT
Transcript
Page 1:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 1 of 55

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0001 200 Each

E7 & above Male Shirts Version 1-001FFPE7 & above Male Shirts Version 1-001

NO BIDS WILL ACCEPTED WITHOUT DFARS 252.225-7000, AND FAR 52.203-18, 52.209-11FOB: DestinationMILSTRIP: 1300632455PURCHASE REQUEST NUMBER: 1300632455

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0002 200 Each

E7 & above Male Shirts Version 2-002FFPE7 & above Male Shirts Version 2-002

NO BIDS WILL ACCEPTED WITHOUT DFARS 252.225-7000, AND FAR 52.203-18, 52.209-11FOB: DestinationMILSTRIP: 1300632455PURCHASE REQUEST NUMBER: 1300632455

NET AMT

Page 2:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 2 of 55

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0003 200 Each

E7 & above Male Shirts Version 3-003FFPE7 & above Male Shirts Version 3-003

NO BIDS WILL ACCEPTED WITHOUT DFARS 252.225-7000, AND FAR 52.203-18, 52.209-11FOB: DestinationMILSTRIP: 1300632455PURCHASE REQUEST NUMBER: 1300632455

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0004 200 Each

E7 & above Male Shirts Version 4-004FFPE7 & above Male Shirts Version 4-004

NO BIDS WILL ACCEPTED WITHOUT DFARS 252.225-7000, AND FAR 52.203-18, 52.209-11FOB: DestinationMILSTRIP: 1300632455PURCHASE REQUEST NUMBER: 1300632455

NET AMT

Page 3:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 3 of 55

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0005 75 Each

E7 & above Female Shirts Version 1-001FFPE7 & above Female Shirts Version 1-001

NO BIDS WILL ACCEPTED WITHOUT DFARS 252.225-7000, AND FAR 52.203-18, 52.209-11FOB: DestinationMILSTRIP: 1300632455PURCHASE REQUEST NUMBER: 1300632455

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0006 75 Each

E7 & above Female Shirts Version 2-002FFPE7 & above Female Shirts Version 2-002

NO BIDS WILL ACCEPTED WITHOUT DFARS 252.225-7000, AND FAR 52.203-18, 52.209-11FOB: DestinationMILSTRIP: 1300632455PURCHASE REQUEST NUMBER: 1300632455

NET AMT

Page 4:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 4 of 55

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0007 75 Each

E7 & above Female Shirts Version 3-003FFPE7 & above Female Shirts Version 3-003

NO BIDS WILL ACCEPTED WITHOUT DFARS 252.225-7000, AND FAR 52.203-18, 52.209-11FOB: DestinationMILSTRIP: 1300632455PURCHASE REQUEST NUMBER: 1300632455

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0008 75 Each

E7 & above Female Shirts Version 4-004FFPE7 & above Female Shirts Version 4-004

NO BIDS WILL ACCEPTED WITHOUT DFARS 252.225-7000, AND FAR 52.203-18, 52.209-11FOB: DestinationMILSTRIP: 1300632455PURCHASE REQUEST NUMBER: 1300632455

NET AMT

Page 5:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 5 of 55

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0009 275 Each

E6 & below Male Shirts Version 1-007FFPE6 & below Male Shirts Version 1-007

NO BIDS WILL ACCEPTED WITHOUT DFARS 252.225-7000, AND FAR 52.203-18, 52.209-11FOB: DestinationMILSTRIP: 1300632455PURCHASE REQUEST NUMBER: 1300632455

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0010 275 Each

E6 & below Male Shirts version 2-008FFPE6 & below Male Shirts version 2-008

NO BIDS WILL ACCEPTED WITHOUT DFARS 252.225-7000, AND FAR 52.203-18, 52.209-11FOB: DestinationMILSTRIP: 1300632455PURCHASE REQUEST NUMBER: 1300632455

NET AMT

Page 6:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 6 of 55

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0011 275 Each

E6 & below Male Shirts Version 3-009FFPE6 & below Male Shirts Version 3-009

NO BIDS WILL ACCEPTED WITHOUT DFARS 252.225-7000, AND FAR 52.203-18, 52.209-11FOB: DestinationMILSTRIP: 1300632455PURCHASE REQUEST NUMBER: 1300632455

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0012 275 Each

E6 & below Male Shirts Version 4-010FFPE6 & below Male Shirts Version 4-010

NO BIDS WILL ACCEPTED WITHOUT DFARS 252.225-7000, AND FAR 52.203-18, 52.209-11FOB: DestinationMILSTRIP: 1300632455PURCHASE REQUEST NUMBER: 1300632455

NET AMT

Page 7:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 7 of 55

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0013 90 Each

E6 & below Female Shirts Version 1-007FFPE6 & below Female Shirts Version 1-007

NO BIDS WILL ACCEPTED WITHOUT DFARS 252.225-7000, AND FAR 52.203-18, 52.209-11FOB: DestinationMILSTRIP: 1300632455PURCHASE REQUEST NUMBER: 1300632455

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0014 90 Each

E6 & below Female Shirts Version 2-008FFPE6 & below Female Shirts Version 2-008

NO BIDS WILL ACCEPTED WITHOUT DFARS 252.225-7000, AND FAR 52.203-18, 52.209-11FOB: DestinationMILSTRIP: 1300632455PURCHASE REQUEST NUMBER: 1300632455

NET AMT

Page 8:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 8 of 55

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0015 90 Each

E6 & below Female Shirts Version 3-009FFPE6 & below Female Shirts Version 3-009

NO BIDS WILL ACCEPTED WITHOUT DFARS 252.225-7000, AND FAR 52.203-18, 52.209-11FOB: DestinationMILSTRIP: 1300632455PURCHASE REQUEST NUMBER: 1300632455

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0016 90 Each

E6 & below Female Shirts Version 4-010FFPE6 & below Female Shirts Version 4-010

NO BIDS WILL ACCEPTED WITHOUT DFARS 252.225-7000, AND FAR 52.203-18, 52.209-11FOB: DestinationMILSTRIP: 1300632455PURCHASE REQUEST NUMBER: 1300632455

NET AMT

Page 9:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 9 of 55

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0017 1 Each

ShippingFFPShipping

NO BIDS WILL ACCEPTED WITHOUT DFARS 252.225-7000, AND FAR 52.203-18, 52.209-11FOB: DestinationMILSTRIP: 1300632455PURCHASE REQUEST NUMBER: 1300632455

NET AMT

STATEMENT OF WORKMALE AND FEMALE SHIRTS

US FLEET FORCES TWO PIECE FIRE RESISTANT UNIFORM

1.0 Scope

1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers/ Chiefs and Junior Enlisted sailors and down select an acceptable fabric and uniform design that will be acceptable for wear in a shipboard environment. This program is a follow on to the Improved FR version (IFRV) of the shipboard coverall program.

2.0 Deliverables. The contractor shall deliver the following no later than 1 Nov 2017.

2.1 Male and Female Shirts. The male and female shirts are two different designs. The shirts shall be manufactured in accordance with the graded patterns and line drawings provided as Government Furnished Materials (GFM) and the components listed in this statement of work. The total quantity per version/fabric code is listed in Table I. Size quantity breakout based on Version/Fabric Code will be provided as GFM upon award of contract.

Table IShirts Version Fabric

CodeFabric Unit Total

UnitsE7 & above Male Shirts

1 001 Defender M Khaki Ripstop 6.5 oz/yd2 1 2002 002 Tecasafe Plus Khaki Twill 5.8 oz/yd2 1 2003 003 Sigma Khaki Plain Weave 5.3 oz/yd2 1 2004 004 Protera Khaki Twill 6.6 oz/yd2 1 200

Page 10:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 10 of 55

E7 & above Female Shirts

1 001 Defender M Khaki Ripstop 6.5 oz/yd2 1 752 002 Tecasafe Plus Khaki Twill 5.8 oz/yd2 1 753 003 Sigma Khaki Plain Weave 5.3 oz/yd2 1 754 004 Protera Khaki Twill 6.6 oz/yd2 1 75

E6 & Below Male Shirt

1 008 Tecasafe Plus Light Blue Twill 5.8 oz/yd2 1 2752 007 Defender M Dark Blue Ripstop 6.5

oz/yd21 275

3 009 Sigma Light Blue Plain Weave 5.3 oz/yd2

1 275

4 010 Protera Dark Blue Twill 6.6 oz/yd2 1 275E6 & Below Female Shirts

1 008 Tecasafe Plus Light Blue Twill 5.8 oz/yd2 1 902 007 Defender M Dark Blue Ripstop 6.5

oz/yd21 90

3 009 Sigma Light Blue Plain Weave 5.3 oz/yd2

1 90

4 010 Protera Dark Blue Twill 6.6 oz/yd2 1 90

3.0 Test Garment Design and Construction

3.1 Men’s Shirt Design. The shirts are an untucked style with a six (6) button front, no top button, and long sleeve two button cuff. Based on rank, E7 and above or E6 and below, there are four (4) designs, Version 1, Version 2, Version 3, Version 4 as listed in Tables II –IX.

Table II

Version 1 E7 & Above Male Shirt KhakiCenter front placket covered button placketCenter front 6 Buttons - no top buttonChest Pockets External (patch)Chest Pocket Closure Horizontal Flap with hidden zipperChest Pen Pockets nonePen Pocket Left Sleeve no closure /2 channelsYoke Design Back Yoke with box pleat

Table III

Version 2 - E7 & Above Male Shirt KhakiCenter front placket covered button placketCenter front 6 Buttons - no top button

Chest Pockets Internal Horizontal openingChest Pocket Closure Single Horizontal Welt with hidden zipperChest Pen Pockets Right and Left chest Pockets (internal)Pen Pocket Left sleeve no closure /2 channelsYoke Design Front and Back Yokes w Box Pleat on Back

Table IVVersion 3 - E7 & Above Male Shirt Khaki

Center front placket NoneCenter front Exposed 6 Buttons - no top buttonChest Pockets External (patch)Chest Pocket Closure Horizontal Flap with hidden zipperChest Pen Pockets NonePen Pocket Left sleeve No flap/no closure /2 channelsYoke Design Back Yokes w Box Pleat

Page 11:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 11 of 55

Table VVersion 4 - E7 & Above Male Shirt Khaki

Center front placket NoneCenter front Exposed 6 Buttons - no top buttonChest Pockets Internal Horizontal openingChest Pocket Closure Single horizontal welt with hidden zipperChest Pen Pockets Right and Left chest Pockets (internal)Pen Pocket Left sleeve no closure /2 channelsYoke Design Front and Back Yokes w Box Pleat on Back

Table VIVersion 1 E6 and below Male Shirt Light Blue

Center front placket covered button placketCenter front 6 Buttons - no top buttonChest Pockets External (patch)Chest Pocket Closure Horizontal Flap with hook and loopChest Pen Pockets Internal right and leftPen Pocket Left Sleeve no closure /2 channelsYoke Design Back Yoke with box pleat

Table VIIVersion 2 - E6 and below Male Shirt Dark Blue

Center front placket covered button placketCenter front 6 Buttons - no top button

Chest Pockets External (patch)Chest Pocket Closure Horizontal Flap with hook and loopChest Pen Pockets Right and Left chest Pockets (internal)Pen Pocket Left sleeve no closure /2 channelsYoke Design Front and Back Yokes w Box Pleat on Back

Table VIIIVersion 3 - E6 and below Male Shirt Light Blue

Center front placket NoneCenter front Exposed 6 Buttons - no top buttonChest Pockets External (patch)Chest Pocket Closure Horizontal Flap with hook and loopChest Pen Pockets Right and Left chest Pockets (internal)Pen Pocket Left sleeve no closure /2 channelsYoke Design Front and Back Yokes w Box Pleat on Back

Table IXVersion 4 - E6 and below Male Shirt Dark Blue

Center front placket NoneCenter front Exposed 6 Buttons - no top buttonChest Pockets External (patch)Chest Pocket Closure Horizontal Flap with hook and loopChest Pen Pockets Right and Left chest Pockets (internal)Pen Pocket Left sleeve no closure /2 channelsYoke Design Back Yokes w Box Pleat

Page 12:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 12 of 55

3.1.3 Men’s Shirt Schedule of Sizes. The men’s shirt size schedule shall be in accordance with Table X.

Table XMEN'S SHIRTS (Numeric/Alpha) (Chest Circ x Sleeve length)

SleeveXS (30) S (32) R (34) L (36) XL (38) XXL (40)

Chest30 30XS 30S 30R 30L 30XL 30XXL32 32XS 32S 32R 32L 32XL 32XXL34 34XS 34S 34R 34L 34XL 34XXL36 36XS 36S 36R 36L 36XL 36XXL38 38XS 38S 38R 38L 38XL 38XXL40 40XS 40S 40R 40L 40XL 40XXL42 42XS 42S 42R 42L 42XL 42XXL44 44XS 44S 44R 44L 44XL 44XXL46 46XS 46S 46R 46L 46XL 46XXL48 48XS 48S 48R 48L 48XL 48XXL50 50XS 50S 50R 50L 50XL 50XXL52 52XS 52S 52R 52L 52XL 52XXL

3.2 Female Shirts

3.2.1 Female Shirt Design. The shirts are an untucked style with a six (6) button front, long sleeve two button cuff and side panels. Based on rank, E7 and above or E6 and below there are There are four (4) versions two versions, Versions 1 and Version 2 as listed in Tables XI-XVIII.

Table XIVersion 1 E7 & Above Female Shirt Khaki

Center front placket covered button placketCenter front 6 Buttons - no top buttonChest Pockets External (patch)Chest Pocket Closure Horizontal Flap with hidden zipperChest Pen Pockets nonePen Pocket Left Sleeve no closure /2 channelsYoke Design Back Yoke with box pleatSide Panel Right and Left

Table XIIVersion 2 - E7 & Above Female Shirt Khaki

Center front placket covered button placketCenter front 6 Buttons - no top button

Chest Pockets Internal Horizontal openingChest Pocket Closure Single Horizontal Welt with hidden zipperChest Pen Pockets Right and Left chest Pockets (internal)Pen Pocket Left sleeve no closure /2 channelsYoke Design Front and Back Yokes w Box Pleat on BackSide Panel Right and Left

Page 13:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 13 of 55

Table XIIIVersion 3 - E7 & Above Female Shirt Khaki

Center front placket NoneCenter front Exposed 6 Buttons - no top buttonChest Pockets External (patch)Chest Pocket Closure Horizontal Flap with hidden zipperChest Pen Pockets NonePen Pocket Left sleeve No flap/no closure /2 channelsYoke Design Back Yokes w Box PleatSide Panel Right and Left

Table XIVVersion 4 - E7 & Above Female Shirt Khaki

Center front placket NoneCenter front Exposed 6 Buttons - no top buttonChest Pockets Internal Horizontal openingChest Pocket Closure Single horizontal welt with hidden zipperChest Pen Pockets Right and Left chest Pockets (internal)Pen Pocket Left sleeve no closure /2 channelsYoke Design Front and Back Yokes w Box Pleat on BackSide Panel Right and Left

Table XVVersion 1 E6 and below Female Shirt Light Blue

Center front placket covered button placketCenter front 6 Buttons - no top buttonChest Pockets External (patch)Chest Pocket Closure Horizontal Flap with hook and loopChest Pen Pockets Internal right and leftPen Pocket Left Sleeve no closure /2 channelsYoke Design Back Yoke with box pleatSide Panel Right and Left

Table XVIVersion 2 - E6 and below Female Shirt Dark Blue

Center front placket covered button placketCenter front 6 Buttons - no top button

Chest Pockets External (patch)Chest Pocket Closure Horizontal Flap with hook and loopChest Pen Pockets Right and Left chest Pockets (internal)Pen Pocket Left sleeve no closure /2 channelsYoke Design Front and Back Yokes w Box Pleat on BackSide Panel Right and Left

Page 14:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 14 of 55

3.3 Female Shirt Schedule of Sizes. The female shirt size schedule shall be in accordance with Table XIX

Table XVIIVersion 3 - E6 and below Female Shirt Light Blue

Center front placket NoneCenter front Exposed 6 Buttons - no top buttonChest Pockets External (patch)Chest Pocket Closure Horizontal Flap with hook and loopChest Pen Pockets Right and Left chest Pockets (internal)Pen Pocket Left sleeve No flap/no closure /2 channelsYoke Design Front and Back Yokes w Box Pleat on BackSide Panel Right and Left

Table XVIIIVersion 4 - E6 and below Female Shirt Dark Blue

Center front placket NoneCenter front Exposed 6 Buttons - no top buttonChest Pockets External (patch)Chest Pocket Closure Horizontal Flap with hook and loopChest Pen Pockets Right and Left chest Pockets (internal)Pen Pocket Left sleeve no closure /2 channelsYoke Design Back Yokes w Box PleatSide Panel Right and Left

Table XIXFemale SHIRTS (Numeric/Alpha) (Bust Circ x Sleeve Length)

SleeveXP P R T XT XXT

Chest2 2XP 2P 2R 2T 2XT 2XXT4 4XP 4P 4R 4T 4XT 4XXT6 6XP 6P 6R 6T 6XT 6XXT8 8XP 8P 8R 8T 8XT 8XXT10 10XP 10P 10R 10T 10XT 10XXT12 12XP 12P 12R 12T 12XT 12XXT14 14XP 14P 14R 14T 14XT 14XXT16 16XP 16P 16R 16T 16XT 16XXT18 18XP 18P 18R 18T 18XT 18XXT20 20XP 20P 20R 20T 20XT 20XXT22 22XP 22P 22R 22T 22XT 22XXT24 24XP 24P 24R 24T 24XT 24XXT26 26XP 26P 26R 26T 26XT 26XXT

Page 15:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 15 of 55

4.0 Components

4.1 Basic Materials. The basic materials listed in Table I are Government Furnished Materials (GFM). All fabrics are inherently Fire Resistant. The fabric rolls will be labeled in accordance with Table I. Shirt versions shall be manufactured in accordance with the fabrics identified in Table I.

4.1.1 Defender, Tecasafe, and Protera fabrics will be delivered NLT 16 June 2017.

4.1.2 Sigma fabrics will be delivered NLT 08 Sept. 2017.

4.2 Pocketing. The pocketing material for the E7& above Version 2 & 4 shirts shall be the same as the basic material.

4.3 Interlining. A non-woven fusible interlining will be used for the parts as indicated in the pattern list. The fusible shall be nonwoven, polyester/nylon web with a minimum of 50 percent polyester which has been thermally bonded with a resin applied to the substrate. The weight of the fusible cloth including the adhesive shall be 1.7 to 2.4 ounces per square yard cloth and its breaking strength shall be a minimum breaking strength of 3.0 pounds in the machine direction and 2.0 pounds in the cross machine direction.

A fused sample consisting of the fusible and the basic material shall meet the requirements listed below:

Characteristic RequirementStiffness Initial Machine: 13.0 to 38.0 cms.

Cross Machine: 6.0 to 22 cms. After 25 launderings Machine: 10.4 to 30.4 cms.

Cross Machine: 4.8 to 17.6 cmsPeel Strength Initial 20 ozs. (min.) After 25 launderings 16 ozs. (min.)Appearance Initial No bubbling, delimitation, change, bleed through, or

Page 16:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 16 of 55

detrimental effect in the shade of the basic material After 25 launderings DP 4.0 rating and no bubbling, delimitation, change, bleed

through, or detrimental effect in the shade of the basic material

4.4 Slide Fasteners, pocket. The shirt pocket slide fastener shall be brass in accordance with YKK style YGRC-451 DFL G 7/16 BTM2 NYD KENSIN N-ANTI(GOV) colors Y0002 Khaki for Khaki shirts.

4.5 Buttons. The buttons shall be a melamine formaldehyde composition, 20 line, 4-hole sewing button, style 24, dull finish. in accordance with V-B 871. The button color for the Khaki and Blue Trousers/Slacks shall be a good match to Khaki 3729 and Navy shade Dark Blue 501, respectively, and a good match to the light blue basic material. US Button styles M2138 and M1709 meet these requirements.

4.6 Fastener tape, hook and loop. The hook and loop nylon fastener tape shall conform to Type II of A-A-55126. The hook and loop fastener tapes shall class 1 or class 4 of A-A55126. The fastener tape shall be 1inches by 1-1/2 inches, with a tolerance of 1/8-inch. The fastener tape shall be a good match to the basic material. 4.7 Threads.

4.7.1 Thread. The sewing thread used shall be Type I cotton covered-polyester core thread, Tex 36-45 for needle, and Tex 31-35 for bobbin, conforming to A-A-50199. The Tex 31-35 is used for overedge stitch and multi-thread chain. The color shall be a good match to the basic material. The dyed thread shall show “not less than grade 3” or “good” colorfastness to laundering and light when tested as specified in A-A-50199.

4.8.2 Gimp. The gimp used to reinforce the buttonhole shall conform to Type I or II, size 8 of A-A-50198. The color shall match the basic material.

5.0 Labels

5.1 FR identification tab. The FR identification tab shall be GFM (see Figure 1). The FR tag shall caught in the left side seam (as worn) approximately 3 inches from finished shirt bottom with the “F” positioned on top (see Figure 2). The label will finish on the outside of shirt.

5.1.2 Size Label/Test Code Label. Each shirt shall have a combination size/test code label in accordance with Type VI, Class 14 of MIL-DTL- 32075. The label shall be centered on the inside back yoke and sewn on all four sides. The stitching shall not show on the outside of the shirt. Test Code label nomenclature shall be in accordance with Table XX.

Table XX

Page 17:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 17 of 55

Shirts Version Fabric Code

Fabric Test Code

E7 & above Male Shirts

1 001 Defender M Khaki Ripstop 6.5 oz/yd2 A2 002 Tecasafe Plus Khaki Twill 5.8 oz/yd2 B3 003 Sigma Khaki Plain Weave 5.3 oz/yd2 C4 004 Protera Khaki Twill 6.6 oz/yd2 D

E7 & above Female Shirts

1 001 Defender M Khaki Ripstop 6.5 oz/yd2 A2 002 Tecasafe Plus Khaki Twill 5.8 oz/yd2 B3 003 Sigma Khaki Plain Weave 5.3 oz/yd2 C4 004 Protera Khaki Twill 6.6 oz/yd2 D

E6 & Below Male Shirt

1 008 Tecasafe Plus Light Blue Twill 5.8 oz/yd2 B2 007 Defender M Dark Blue Ripstop 6.5

oz/yd2A

3 009 Sigma Light Blue Plain Weave 5.3 oz/yd2

C

4 010 Protera Dark Blue Twill 6.6 oz/yd2 DE6 & Below Female Shirts

1 008 Tecasafe Plus Light Blue Twill 5.8 oz/yd2 B2 007 Defender M Dark Blue Ripstop 6.5

oz/yd2A

3 009 Sigma Light Blue Plain Weave 5.3 oz/yd2

C

4 010 Protera Dark Blue Twill 6.6 oz/yd2 D

5.1.3 Care/instruction label. Each shirt shall have a good quality commercial care label attached at the inside of the left (as worn) side seam approximately 6 inches from the finished

5.1.3 Care/instruction label. Each shirt shall have a good quality commercial care label attached at the inside of the left (as worn) side seam approximately 6 inches from the finished bottom edge of the shirt. The color of the label shall be white and the printing shall be black. The inscription shall be:

MACHINE WASH-PERMANENT PRESS CYCLEWarm WATER (120°F MAX), DO NOT MIX COLORS DO NOT USE CHLORINE BLEACH,

DO NOT STARCHTUMBLE DRY WARM SETTING-REMOVE IMMEDIATELY TOUCH UP WITH WARM

IRON, IF NEEDEDOR

FOLLOW SHIPBOARD WASH FORMULA II

6.0 Patterns. Standard patterns, to be used to cut working patterns, will be furnished by the Government. The working patterns shall be identical to the Government patterns. Neither the Government patterns nor the working patterns shall be altered in any way, except that additional

Page 18:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 18 of 55

notches for use during construction are permitted on the working patterns. Minor modifications are permitted where necessary when using automatic equipment. These modifications shall not alter the dimensional, serviceability or appearance requirements cited in this statement of work.

6.1 List of pattern parts. The component parts of the shirts shall be cut from the materials listed in the pattern lists, per version, provided as GFM.

7.0 Stitches, seams and stitching. Stitch, seam and stitching types shall conform to the requirements of ASTM D6193. Seam allowances shall be maintained with seams sewn so that no raw edges, runoffs, twists, pleats, puckers or open seams result. All seams shall start and finish evenly. All stitching shall be uniformly gauged throughout the garments. Thread tension shall be maintained so that there is no tight or loose stitching. The guides and knives on the safety stitch machine shall be set to trim only the raveled ends of the fabric. All thread ends shall be trimmed to a maximum of 1/8 inch and all loose thread shall be removed. Seams and Stitches tables per garment version will be provided as GFM.

8.0 Finished Table of Measurements. Finished table of measurements shall be provided as GFM.

9.0 Quality Provisions. The contractor shall conduct a thorough Quality Assurance review of the test uniforms in accordance with MIL-STD-1492 and table of measurement provided as GFM. The contractor shall provide certificates of conformance for all components.

9.1 NCTRF QA Inspection. NCTRF QA personnel shall have access to all subcontractor plants to conduct onsite QA inspections.

10. Government Furnished Materials (GFM)

Quantity by size and version (see 2.1) Full set of electronic patterns developed in Gerber CAD system AccuMark (zip files, user

must have windows format) which shall include all sizes and lengths. (see 2.1 and 6.1) Digital figures for each Version (see 2.1) Basic Materials (see 4.1) FR Labels (see para. 5.1) Seam and Stitches Tables (see 7.0) Table of Measurements (see 8.0)

11. General

The contractor shall have 3 business days from receipt of patterns and requirement documents to examine the patterns and requirement documents to bring to the government’s attention any discrepancies in or between the patterns and requirement documents. Contractor may recommend any changes that will not affect the appearance, function or fit of the garment which would improve the product as well as provide any cost effective measures that reduce program risk and improve cost effectiveness and/or save contract time. The Government will have 10 business days to review contractor’s recommendations. If changes are approved, they shall be documented and approved by both parties and the contracting officer.

Page 19:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 19 of 55

The names of all subcontractors used in the fabrication of test items will provided to the Government.

The contractor shall establish and maintain sampling procedures in accordance with requirements of ANSI/ASQC Z1.4.

The contractor in conjunction with NCTRF will determine a timeframe for NCTRF QA personnel to conduct onsite inspections. A passing inspection report from NCTRF is required before uniforms can be shipped.

Any modifications to patterns, drawings, technical documentation shall be approved by the Government. Requests for modifications affecting form, fit or function shall be approved by the Government. All requests shall be in writing.

12. Packaging. Commercial packaging is acceptable. All shipments will be marked on the outside with the sizes and applicable garment code listed in Table XX.

13. Shipping. All test items will be kept at the contractor’s plant for shipment to the designated test sites: San Diego, CA and Norfolk, VA. Shipping addresses will be provide upon contract award. 13. Meetings

13.1 Post Award Meeting Contractor shall conduct an initial meeting approximately one week after contract award. Contractor's key personnel and key subcontractor representatives shall meet with Navy personnel to discuss program. The Government will approve the time and location at a later date. Teleconference or video teleconference will be considered.

13.2 Pattern and Requirements Review Meeting. Prior to cutting materials the contractor shall meet with the Government representatives to review patterns and requirements for the program.

14. Enterprise-wide Contractor Manpower Reporting Application (ECMRA)(b)The standard language to be inserted is:The contractor shall report contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the [NAMED COMPONENT] via a secure data collection site. Contracted services excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are:

(1) W, Lease/Rental of Equipment;

(2) X, Lease/Rental of Facilities;

(3) Y, Construction of Structures and Facilities;

Page 20:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 20 of 55

(4) D, Automatic Data Processing and Telecommunications, IT and Telecom- Telecommunications Transmission (D304) and Internet (D322) ONLY;

(5) S, Utilities ONLY;

(6) V, Freight and Shipping ONLY.

The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil.

Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil.

INSPECTION AND ACCEPTANCE TERMS

Supplies/services will be inspected/accepted at:

CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY0001 Destination Government Destination Government0002 Destination Government Destination Government0003 Destination Government Destination Government0004 Destination Government Destination Government0005 Destination Government Destination Government0006 Destination Government Destination Government0007 Destination Government Destination Government0008 Destination Government Destination Government0009 Destination Government Destination Government0010 Destination Government Destination Government0011 Destination Government Destination Government0012 Destination Government Destination Government0013 Destination Government Destination Government0014 Destination Government Destination Government0015 Destination Government Destination Government0016 Destination Government Destination Government0017 Destination Government Destination Government

DELIVERY INFORMATION

Page 21:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 21 of 55

CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC / CAGE

0001 01-NOV-2017 200 NAVY CLOTHING AND TEXTILE RESEARCH FACILLOUISE CAULFIELDKANSAS STREETBLDG NO. 86NATICK MA 01760508-233-1303FOB: Destination

N00250

0002 01-NOV-2017 200 (SAME AS PREVIOUS LOCATION)FOB: Destination

N00250

0003 01-NOV-2017 200 (SAME AS PREVIOUS LOCATION)FOB: Destination

N00250

0004 01-NOV-2017 200 (SAME AS PREVIOUS LOCATION)FOB: Destination

N00250

0005 01-NOV-2017 75 (SAME AS PREVIOUS LOCATION)FOB: Destination

N00250

0006 01-NOV-2017 75 (SAME AS PREVIOUS LOCATION)FOB: Destination

N00250

0007 01-NOV-2017 75 (SAME AS PREVIOUS LOCATION)FOB: Destination

N00250

0008 01-NOV-2017 75 (SAME AS PREVIOUS LOCATION)FOB: Destination

N00250

0009 01-NOV-2017 275 (SAME AS PREVIOUS LOCATION)FOB: Destination

N00250

0010 01-NOV-2017 275 (SAME AS PREVIOUS LOCATION)FOB: Destination

N00250

0011 01-NOV-2017 275 (SAME AS PREVIOUS LOCATION)FOB: Destination

N00250

0012 01-NOV-2017 275 (SAME AS PREVIOUS LOCATION)FOB: Destination

N00250

0013 01-NOV-2017 90 (SAME AS PREVIOUS LOCATION)FOB: Destination

N00250

0014 01-NOV-2017 90 (SAME AS PREVIOUS LOCATION)FOB: Destination

N00250

0015 01-NOV-2017 90 (SAME AS PREVIOUS LOCATION)FOB: Destination

N00250

Page 22:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 22 of 55

0016 01-NOV-2017 90 (SAME AS PREVIOUS LOCATION)FOB: Destination

N00250

0017 01-NOV-2017 1 (SAME AS PREVIOUS LOCATION)FOB: Destination

N00250

CLAUSES INCORPORATED BY FULL TEXT

252.232-7006 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 Submissionof 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 throughWAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s).

COMBO

(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.

Page 23:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 23 of 55

NCTRF NATICK, MA (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in thesystem. Routing Data Table*--------------------------------------------------------------------------------------------Field Name in WAWF Data to be entered in WAWF--------------------------------------------------------------------------------------------Pay Official DoDAAC TBDIssue By DoDAAC N00189Admin DoDAAC N00189Inspect By DoDAAC TBDShip To Code TBDShip From Code N/AMark For Code N/AService Approver (DoDAAC) N/AService Acceptor (DoDAAC) N/AAccept at Other DoDAAC TBDLPO DoDAAC TBDDCAA Auditor DoDAAC N/AOther DoDAAC(s) N/A--------------------------------------------------------------------------------------------

(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the “Send Additional Email Notifications” field of WAWF once a document is submitted in the system.

TBD (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.

TBD (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause)

CLAUSES INCORPORATED BY REFERENCE

52.203-3 Gratuities APR 1984

Page 24:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 24 of 55

52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation

JAN 2017

52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreeements or Statements

JAN 2017

52.204-7 System for Award Management OCT 201652.204-13 System for Award Management Maintenance OCT 201652.204-16 Commercial and Government Entity Code Reporting JUL 201652.204-18 Commercial and Government Entity Code Maintenance JUL 201652.209-11 Representation by Corporations Regarding Delinquent Tax

Liability or a Felony Conviction under and Federal LawFEB 2016

52.232-39 Unenforceability of Unauthorized Obligations JUN 201352.232-40 Providing Accelerated Payments to Small Business

SubcontractorsDEC 2013

52.233-3 Protest After Award AUG 199652.245-1 Government Property JAN 201752.247-34 F.O.B. Destination NOV 1991252.203-7000 Requirements Relating to Compensation of Former DoD

OfficialsSEP 2011

252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013252.204-7003 Control Of Government Personnel Work Product APR 1992252.204-7004 Alt A System for Award Management Alternate A FEB 2014252.204-7012 Safeguarding Covered Defense Information and Cyber

Incident ReportingOCT 2016

252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support

MAY 2016

252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism

OCT 2015

252.211-7007 Reporting of Government-Furnished Property AUG 2012252.213-7000 Notice to Prospective Suppliers on Use of Past Performance

Information Retrieval System--Statistical Reporting in Past Performance Evaluations

JUN 2015

252.222-7007 Representation Regarding Combating Trafficking in Persons JAN 2015252.223-7008 Prohibition of Hexavalent Chromium JUN 2013252.225-7001 Buy American And Balance Of Payments Program-- Basic

(Dec 2016)DEC 2016

252.225-7002 Qualifying Country Sources As Subcontractors DEC 2016252.225-7048 Export-Controlled Items JUN 2013252.232-7003 Electronic Submission of Payment Requests and Receiving

ReportsJUN 2012

252.232-7010 Levies on Contract Payments DEC 2006252.243-7002 Requests for Equitable Adjustment DEC 2012252.244-7000 Subcontracts for Commercial Items JUN 2013252.245-7001 Tagging, Labeling, and Marking of Government-Furnished

PropertyAPR 2012

252.245-7002 Reporting Loss of Government Property APR 2012252.245-7003 Contractor Property Management System Administration APR 2012252.245-7004 Reporting, Reutilization, and Disposal SEP 2016252.247-7023 Transportation of Supplies by Sea APR 2014

CLAUSES INCORPORATED BY FULL TEXT

Page 25:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 25 of 55

52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JAN 2017)

(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees.

(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show--

(1) The solicitation number;

(2) The time specified in the solicitation for receipt of offers;

(3) The name, address, and telephone number of the offeror;

(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;

(5) Terms of any express warranty;

(6) Price and any discount terms;

(7) "Remit to" address, if different than mailing address;

(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);

(9) Acknowledgment of Solicitation Amendments;

(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and

(11) If the offer is not submitted on the SF 1449, 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.

(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.

(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing.

(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.

(f) Late submissions, modifications, revisions, and withdrawals of offers:

Page 26:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 26 of 55

(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.

(2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and--

(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or

(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or

(C) If this solicitation is a request for proposals, it was the only proposal received.

(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.

(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.

(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.

(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.

(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.

(h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.

(i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to--GSA Federal Supply Service Specifications Section, Suite 8100, 470 East L'Enfant Plaza, SW, Washington, DC

Page 27:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 27 of 55

20407, Telephone (202) 619-8925, Facsimile (202) 619-8978.

(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.

(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:

(i) ASSIST (https://assist.dla.mil/online/start/).

(ii) Quick Search (http://quicksearch.dla.mil/).

(iii) ASSISTdocs.com (http://assistdocs.com).

(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by--

(i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm);

(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or

(iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.

(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.

(j) Unique entity identifier. (Applies to all offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation ``Unique Entity Identifier'' followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier.

(k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov.

(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:

(1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer.

Page 28:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 28 of 55

(2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror.

(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.

(4) A summary of the rationale for award;

(5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.

(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.

(End of provision)

Additional Information: Addendum to FAR 52.212-1

INSTRUCTIONS TO VENDORS FOR SUBMISSION OF QUOTES:

GENERALThis acquisition uses a simplified and streamlines process as authorized under FAR 13.5. Test Program for Certain Commercial Items, The quote shall consist of:

Non-price Submittal:(I) Technical Approach

a. Technical b. Product Demonstration Model (PDM)

(II) Past PerformancePrice Submittal

(III) Price.

Each vendor shall provide either one (1) hard copy or an electronic version of the following:

I. Technical Approach:

A. The Technical Approach shall demonstrate the vendors’ approach to successfully perform the effort described in the Statement of Work (SOW), while specifically addressing that the vendor has the items below: - Gerber CAD system AccuMark (zip files, user must have windows format)- Automated fabric cutters

The vendor’s Technical Approach should provide sufficient detail to demonstrate to the Government that the vendor is capable of fully meeting the requirements listed in the SOW.

B. Additionally, each vendor shall provide a Product Demonstration Model (PDM), utilizing the pattern provided by the Government for one E6 women’s shirt. Material for the sample will not be provided and must be used from material the vendor has on hand.

No more than one (1) PDM will be accepted.

All technical submissions and PDM must be delivered and available for review NLT the closing date and time of the RFQ.

Send all technical submissions and PDM to:L. CaulfieldNatick Solider Systems CenterWarehouse 20, Bldg. 86

Page 29:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 29 of 55

10 General Greene AveNatick, MA 01760

II. Past Performance:

In order to facilitate the Government’s evaluation of this factor the vendor shall provide information on no more than three (3) previous contracts whose effort was relevant to the effort required by this RFQ.

Should the vendor submit more than three (3) contract references, the Contracting Officer will evaluate the most recent three and no more at the Government’s discretion.

Additionally, the contracts provided should have been performed within the last three (3) years from the date the RFQ was issued.

The Government evaluation will focus only on work experience already performed.

Yet-to-be performed work and experience prior to the last three (3) years from the date of solicitation issuance will not be considered.

Vendors may provide contracts describing their own experience as a subcontractor.

Vendors shall describe the major or critical aspects of the work performed, as well as the dollar value of work performed, under the submitted contract.

Vendors may also submit contracts of subcontractors it proposes to use under this contract. Vendors shall describe the major or critical aspects of the work subcontractors are proposed to perform under the contract. Vendors shall also describe the major or critical aspects of the work performed by the subcontractor, as well as the dollar value of work performed, under the submitted contract.

Subcontractor performance (either the vendor’s own subcontractor experience or proposed subcontractors experience) of major or critical aspects of this requirement will be considered as highly as prime contractor past performance information for the vendor.

The vendor should complete a “Past Performance Information Form” for each reference submitted.

The form is an attachment to the RFQ.

In the description of work, vendors should provide a detailed explanation demonstrating the similarity of the contracts in terms of scope and magnitude, to the requirements of the RFQ for purposes of relevancy.

In addition to the information previously requested, vendors shall contact their past performance references and request that each reference complete the attached “Past Performance Information Form” and e-mail the completed survey form(s) directly to Mindy Morris at [email protected] by the due date of this solicitation.

The Government may consider questionnaires received after the due date of the RFQ at its discretion.

The Government also reserves the right to contact references for verification or additional information.

The Government may verify past performance information.

The Government may contact some or all of the references provided, as appropriate, and may collect information through questionnaires, telephone interviews and existing data sources to include but not limited to CPARS.

Page 30:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 30 of 55

The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. This past performance information will be used for the evaluation of past performance.

III. Price: The vendor agrees to hold the prices in its quote firm for 120 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. Quotations shall consist of and must include the following:

Signed Standard Form 1449, “Solicitation/Contract/Order for Commercial Items” with blocks 12, 17a, 30a, 30b and 30c completed by the vendor.

RFQ Section “Pricing Schedule”

IMPORTANT NOTES:

1. Vendors shall respond to all requirements of the RFQ. Vendors are cautioned not to alter the RFQ.

2. In the event any portion of the technical proposal is written by anyone who is not a bona fide employee of the firm submitting the proposal, a certificate to this effect shall be furnished which shall be signed by a responsible officer of the vendor and shall also identify the person’s name, employment capacity, the name of the person’s firm, the relationship of that firm to the vendor, and the portion of the technical proposal the person wrote.

3. In order to ensure that all questions submitted by potential vendors are answered prior to the RFQ closing date, all questions concerning the solicitation should be submitted via e-mail to the contracting points of contact – Mindy Morris at [email protected] no later than 7 days after the solicitation posting. The Government reserves the right not to respond to any questions received concerning this RFQ after the questions receipt date above. Accordingly, vendors are encouraged to carefully review all RFQ requirements and submit questions to the Government early in the proposal timeframe.

4. To be considered awardable, the vendor shall quote on each line item. Those unable to propose on each line item will not be considered. The basis of the award will be the total overall price for CLIN 0001-0017.

5. Vendors responding to this solicitation are advised that, prior to award, the Government may request the submission of additional information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price lists with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote.

(b) PROPOSAL FORMAT:Vendors shall comply with the detailed instructions for the format and content of the quotes. Quotes that do not comply may be considered unacceptable and may render the quote ineligible for award.

Quotes (Past Performance and Price) shall be either:a. Emailed in Microsoft Word or Adobe Acrobat .pdf format to:Mindy Morris at [email protected]

b. Sent by commercial Courier (i.e. FEDEX, UPS, USPS) to the following address: NAVSUP FLC Norfolk – Contracting DepartmentAttn: Mindy MorrisGroton Office, Code 245.2Submarine Base New LondonBldg 84, Room 205Groton, CT 06349

Page 31:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 31 of 55

All technical submissions and Product Demonstration Models (PDM) are to be sent separate from the quotes, to the address below. DO NOT: include past performance or any price information with the technical submission.

Send all technical packets and PDM to:Natick Solider Systems CenterAttn: L. CaulfieldWarehouse 20, Bldg. 8610 General Greene AveNatick, MA 01760

Note 1: The NECO website includes a “submit bid” button next to the RFQ number. The feature does not allow for submission of the detailed quotes we often see in our RFQ. Moreover, the contracting officer has issues with transmittal of quotes and tracking whether or not the quote was timely submitted. Accordingly, the contracting activity does not want vendors to submit quotes through NECO.Note 2: Vendors objecting or taking exception to the terms and conditions of the RFQ may be determined to be ineligible for award.Note 3: Each page shall be affixed with the following legend:

Source Selection InformationSee FAR 2.101 and Far 3.104

Note 4: Vendors shall submit proof with their quote that their company System for Award Management (SAM) registration is current and active.

The evaluation factors are listed below: This section specifies the requested format that vendors utilize; the intent is not to restrict vendors in the manner in which they will perform their work but rather to ensure a certain degree of uniformity in the format of the responses for evaluation purposes.

The quotation and other information must be provided in accordance with the following table of contents:

Part Contents

Cover Page1 Technical Approach (sent separately to NCTF)2 Past Performance 3 Price 4 Completed and signed RFQ (SF1449) and if applicable, an executed copy of Amendment(s) with SAM

data5 Vendor’s representations and Certifications (to include signed FAR 52.209-11, FAR 52.222-52 and

FAR 52.203-18

Cover Page must include:- Request for quote number- Name and address of vendor, cage code, DUNS and applicable Tax I.D. Number (TIN)- Point of Contact name, telephone number, and email address- Quote validity period of at least 120 days from the submittal of the RFQ

Graphics (including tables) in the submittal may use an alternative font with 8-point size type or larger. Each page is defined as on Sheet, 8 ½” x 11”, with at least one inch margins on all sides, using a font with a 12 point size font or greater (e.g., “Times New Roman” style with 12 point font). Lines shall, at a minimum, be single-spaced. Pages shall be consecutively numbered. Multiple pages, double pages, two-sided pages, or foldouts will count as the equivalent of 8 ½” x 11” pages. Vendors are permitted to submit no more than one page for each of the following: a cover sheet, list of tables, list of figures, compliance matrix, and table of contents, tabs and dividers.

This RFQ will close at 1100 a.m. EST on the date identified in block 8 of the SF1449

Page 32:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 32 of 55

Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.

System for Award Management (SAM) [Formally CCR – Central Contractor Registration]. Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/portal/public/SAM/.

All quotes shall include price(s), a point of contact, name and phone number, business size, payment terms, cage code, duns number, and tax ID.

The Government intends to award a firm-fixed-price definite delivery definite quantity contract to the responsible vendor whose quote represents the best value to the Government after evaluation in accordance with the factors and sub-factors in the RFQ.

The establishment of a competitive range is not anticipated.

Accordingly, each vendor should submit its most favorable terms from a price and technical standpoint.

The Government, nonetheless, reserves the right to establish a competitive range and conduct discussions if later determined by the Contracting Officer to be necessary.

The quote shall be in the form prescribed by, and shall contain a response to each of the areas identified in, RFQ provision FAR 52.212-1 entitled “Instructions to Vendor -Commercial Items” and its Addendum.

The evaluation of quotes will consider the Non-Price Quote to be more important than the Price Quote. Within the Non-Price Quote, Factor I, Technical is considered to be more important than Factor II, Past Performance.

Although price is weighted in a manner that makes it less important than the non-price factor, it has the potential to become more significant during the evaluation process.

The degree of importance of price will increase with the degree of equality of the quotes in relation to the other factors on which selection is to be based.

The importance of price will also increase when a quote's price is so significantly high as to diminish the value to the Government that might be gained under the other aspects of the quote.

52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014)

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

See Addendum to 52.212-2 below.

Technical and past performance, when combined, are considered to be more important than price.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

Page 33:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 33 of 55

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of provision)

Addendum to 52.212-2

1. Non-Price Quote Evaluation Criteria.

The Non-Price quote is comprised of the following factors:

Factor I: Technical

The quote will be evaluated on its ability to provide a Product Demonstration Model (PDM) that conforms to the criteria of the Statement of Work (SOW) and its feasibility, its comprehensiveness, and the degree to which the quote demonstrates how the requirements of the SOW will be successfully accomplished and specifically addresses the items identified in the addendum to 52.212-1.

The following table will be utilized for the assignment of ratings for Factor I:Rating Definition

OutstandingQuote meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low.

GoodQuote meets requirements and indicates a thorough approach and understanding of the requirements. Quote contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low.

AcceptableQuote meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is no worse than moderate.

MarginalQuote does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The quote has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high.

Unacceptable Quote does not meet requirements and contains one or more deficiencies. Quote is un-awardable

DEFINITIONS:

Strength - An aspect of the quote that has merit or exceeds specified performance or capability requirements in a way that will be advantageous to the Government during contract performance.

Weakness - A flaw in the quote that increases the risk of unsuccessful contract performance.

Significant Weakness - A flaw that appreciably increases the risk of unsuccessful contract performance.

Deficiency - A material failure of a quote to meet a Government requirement or a combination of significant weaknesses in a quote that increases the risk of unsuccessful contract performance to an unacceptable level.

Risk – (as it pertains to source selection) The potential for unsuccessful contract performance. The consideration of risk assesses the degree to which an quote’s proposed approach to achieving the Non-Price technical factor may involve risk of disruption of schedule, increased cost or degradation of performance, the need for increased Government oversight, and the likelihood of unsuccessful contract performance.

Page 34:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 34 of 55

Although price is weighted in a manner that makes it less important than the non-price factor, it has the potential to become more significant during the evaluation process.

The degree of importance of price will increase with the degree of equality of the grades in relation to the other factors on which selection is to be based

The importance of price will also increase when a quote’s price is so significantly high as to diminish the value to the government that might be gained under other aspects of the quote.

Factor II: Past Performance:

For the Past Performance factor, the following tables entitled “Past Performance Relevancy Ratings Table” and “Past Performance Confidence Assessment Ratings Table” will be utilized for the assignment of ratings for relevancy and confidence assessment:

Past Performance Relevancy Ratings

Rating Description

Very Relevant Present/past performance effort involved essentially the same scope and magnitude of effort and complexities this RFQ requires.

Relevant Present/past performance effort involved similar scope and magnitude of effort and complexities this RFQ requires.

Somewhat Relevant Present/past performance effort involved some of the scope and magnitude of effort and complexities this RFQ requires.

Not Relevant Present/past performance effort involved little or none of the scope and magnitude of effort and complexities this RFQ requires.

Past Performance Confidence Assessment Ratings

Rating Description

Substantial Confidence Based on the quote’s recent/relevant performance record, the Government has a high expectation that the vendor will successfully perform the required effort.

Satisfactory Confidence

Based on the quote’s recent/relevant performance record, the Government has a reasonable expectation that the vendor will successfully perform the required effort.

Limited Confidence Based on the quote’s recent/relevant performance record, the Government has a low expectation that the vendor will successfully perform the required effort.

No Confidence Based on the quote’s recent/relevant performance record, the Government has no expectation that the vendor will be able to successfully perform the required effort.

Unknown Confidence (Neutral)

No recent/relevant performance record is available or the vendor’s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned.

As discussed in Section 52.212-1 (Addendum), the Past Performance evaluation will only consider work experience already performed.

Work yet-to-be performed, and work prior to the last three (3) years from the date the RFQ was issued will not be considered.

Nor will the Contracting Officer evaluate more than the first three (3) contract references submitted.

Performance as or by a sub-contractor will be evaluated as described in Section 52.212-1 (Addendum).

Page 35:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 35 of 55

Past Performance Relevancy Ratings – Regarding relevancy, each past performance reference will be evaluated to determine its scope and magnitude relative to the instant requirement. The following definitions will apply to this evaluation:

- Scope: Experience in the areas defined in the SOW.

- Magnitude: The measure of the similarity of the dollar value of actually performed work that exists between the SOW and the vendor’s contracts. Magnitude will be evaluated on the dollar amount of work actually performed under the contract or contracts during the relevant three-year period established by the RFQ.

A vendor lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance.

However, a quote with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government.

In this instance, the vendor will receive a rating of “Unknown Confidence (Neutral)” in the past performance sub-factor.

Past Performance Confidence Assessment Ratings –. Each contract reference will be evaluated individually. The Contracting Officer will then perform an integrated assessment of all the vendor’s contract references to arrive at an overall assigned rating for Past Performance: the Past Performance Confidence Assessment rating.

The assignment of this rating will be based on the quality of the relevant past performance and will also consider the currency and relevance of the information, source of the information, context of the data, and general trends in vendor’s performance.

The quality of performance under a past performance reference found to be “Not Relevant” will not be considered in the overall assessment of Past Performance Confidence.

This evaluation and rating is separate and distinct from the Contracting Officer’s responsibility determination.

The assessment of the vendor’s past performance will be used as a means of evaluating the relative capability of the quote and other competitors to successfully meet the requirements of the RFQ.

In determining the rating for the past performance evaluation sub-factor, the Government will give greater consideration to the contracts which the Government feels are most relevant to the RFQ.

Overall Non-Price/Cost Quote Rating

Upon completion of the Non-price Factor evaluation, a composite rating for the overall Non-Price Factor will be assigned to each quote. The assignment of this overall rating will take into consideration the comparative weightings of Technical and Past Performance.

The ratings listed as follows will be used:

Rating Definition

OutstandingQuote meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low.

GoodQuote meets requirements and indicates a thorough approach and understanding of the requirements. Quote contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low.

Page 36:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 36 of 55

AcceptableQuote meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is no worse than moderate.

MarginalQuote does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The quote has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high.

Unacceptable Quote does not meet requirements and contains one or more deficiencies. Quote is un-awardable

2. Factor III: Price Quote Evaluation Criteria.

Price quotes will be evaluated in accordance with FAR 13.106-3 Price Analysis. The particular method(s) of evaluation used by the Contracting Officer is solely within the discretion of the Contracting Officer.

Price will be evaluated based on the price included in the “Schedule of Supplies/Services” submitted as a part of the quote.

For award purposes, the quote’s total price will be calculated by adding the total price for the basic requirement.

If, at any stage of the evaluation, all vendors are determined to have submitted equal, or virtually equal, or generally equivalent, non-price quotes, price could become the factor in determining which quote shall receive the award.

The Contracting Officer may evaluate any and all information submitted by the vendor to support the reasonableness of prices proposed.

Source Selection DecisionThe government intends to evaluate quotations and award a contract using the acquisition procedures of FAR 13.5. The Government will select the vendor whose quote represents the best value to the Government, considering price and other factors when compared to other vendors. The Government also reserves the right to not award a contract or order if the award is not in the best interest of the Government.

3. Written Notice.

A written notice of award or acceptance of a quote emailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quote shall result in a binding contract without further action by either party. Before the quote’s specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. received before award.

52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2017)

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

(2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).

Page 37:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 37 of 55

(3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).

(4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)

X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).

____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).

____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)

X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).

___ (5) [Reserved]

___ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).

X (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).

____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313).

____ (10) [Reserved]

____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a).

____ (ii) Alternate I (NOV 2011) of 52.219-3.

____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ____ (ii) Alternate I (JAN 2011) of 52.219-4.

____ (13) [Reserved]

X (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644).

____ (ii) Alternate I (NOV 2011).

____ (iii) Alternate II (NOV 2011).

Page 38:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 38 of 55

____ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).

____ (ii) Alternate I (Oct 1995) of 52.219-7.

____ (iii) Alternate II (Mar 2004) of 52.219-7.

X (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)).

____ (17)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637(d)(4)).

____ (ii) Alternate I (Nov 2016) of 52.219-9.

____ (iii) Alternate II (Nov 2016) of 52.219-9.

____ (iv) Alternate III (Nov 2016) of 52.219-9.

____ (v) Alternate IV (Nov 2016) of 52.219-9.

____ (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)).

X (19) 52.219-14, Limitations on Subcontracting (JAN 2017) (15 U.S.C. 637(a)(14)).

____ (20) 52.219-16, Liquidated Damages—Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).

____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f).

X (22) 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)).

____ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). ____(24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)).

X (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).

X(26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126).

X (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

X (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).

X (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).

X (30) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793).

X (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).

X (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).

X (33)(i) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627).

Page 39:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 39 of 55

____ (ii) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).

____(34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)

____ (35) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017).

Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.

____ (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016).

____ (37)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)

____ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)

____ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (June, 2016) (E.O. 13693).

____ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (June, 2016) (E.O. 13693).

____ (40) (i) 52.223-13, Acquisition of EPEAT® Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514).

____ (ii) Alternate I (OCT 2015) of 52.223-13.

____ (41)(i) 52.223-14, Acquisition of EPEAT® Registered Televisions (Jun 2014) (E.O.s 13423 and 13514).

____ (ii) Alternate I (Jun 2014) of 52.223-14.

____ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).

____ (43)(i) 52.223-16, Acquisition of EPEAT[supreg]-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514).

____ (ii) Alternate I (Jun 2014) of 52.223-16.

X (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).

____ (45) 52.223-20, Aerosols (June, 2016) (E.O. 13693).

____ (46) 52.223-21, Foams (June, 2016) (E.O. 13693).

____ (47)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).

Page 40:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 40 of 55

____ (ii) Alternate I (JAN 2017) of 52.224-3.

____ (48) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).

____(49) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.

____ (ii) Alternate I (May 2014) of 52.225-3.

____ (iii) Alternate II (May 2014) of 52.225-3.

____ (iv) Alternate III (May 2014) of 52.225-3.

____ (50) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).

X (51) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

____ (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

____ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150

____ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).

____ (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).

____ (56) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).

X (57) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (July 2013) (31 U.S.C. 3332).

____ (58) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (July 2013) (31 U.S.C. 3332).

____ (59) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332).

____ (60) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).

____ (61) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)).

____ (62)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631).

____ (ii) Alternate I (Apr 2003) of 52.247-64.

(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)

_____(1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495).

Page 41:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 41 of 55

_____ (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67).

_____ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

_____ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

_____ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67).

_____ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67).

_____ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (MAY 2014) (41 U.S.C. chapter 67).

_____(8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) (E.O. 13658).

_____ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).

_____ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792).

_____ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)).

(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation.

(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.

(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.

(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.

(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause—

(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).

(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

Page 42:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 42 of 55

(iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(iv) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.

(v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

(vi) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).

(vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).

(viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).(ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).

(x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.

(xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).(xii) _____ (A) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627).

_____ (B) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).

(xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)

(xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)(xv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989).

(xvi)52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017).

Note to paragraph (e)(1)(xvii): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016)).

(xix) (A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).

(B) Alternate I (JAN 2017) of 52.224-3.

(xx) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).

Page 43:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 43 of 55

(xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

(xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.

(xxiii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.

(End of clause)

52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (JAN 2017)

(a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights (1) within a reasonable time after the defect was discovered or should have been discovered; and (2) before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item.

(b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makes payment (e.g., use of the Governmentwide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract.

(c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties.

(d) Disputes. This contract is subject to 41 U.S.C. chapter 71, Contract Disputes'', as amended (41 U.S.C. 601-613). Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract.

(e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference.

(f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement or any excusable delay,

Page 44:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 44 of 55

setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence.

(g) Invoice.

(1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include--

(i) Name and address of the Contractor;

(ii) Invoice date and number;

(iii) Contract number, line item number and, if applicable, the order number;

(iv) Description, quantity, unit of measure, unit price and extended price of the items delivered;

(v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading;

(vi) Terms of any discount for prompt payment offered;

(vii) Name and address of official to whom payment is to be sent;

(viii) Name, title, and phone number of person to notify in event of defective invoice; and

(ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract.

(x) Electronic funds transfer (EFT) banking information.

(A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract.

(B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer—System for Award Management, or 52.232-34, Payment by Electronic Funds Transfer--Other Than System for Award Management), or applicable agency procedures.

(C) EFT banking information is not required if the Government waived the requirement to pay by EFT.

(2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315.

(h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings.

(i) Payment.--

(1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract.

(2) Prompt payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR part 1315.

Page 45:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 45 of 55

(3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriate EFT clause.

(4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made.

(5) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall--

(i) Remit the overpayment amount to the payment office cited in the contract along with a description of the overpayment including the--

(A) Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors, date(s) of overpayment);

(B) Affected contract number and delivery order number, if applicable;

(C) Affected line item or subline item, if applicable; and

(D) Contractor point of contact.

(ii) Provide a copy of the remittance and supporting documentation to the Contracting Officer.

(6) Interest.

(i) All amounts that become payable by the Contractor to the Government under this contract shall bear simple interest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall be the interest rate established by the Secretary of the Treasury as provided in 41 U.S.C. 7109, which is applicable to the period in which the amount becomes due, as provided in (i)(6)(v) of this clause, and then at the rate applicable for each six-month period as fixed by the Secretary until the amount is paid.

(ii) The Government may issue a demand for payment to the Contractor upon finding a debt is due under the contract.

(iii) Final decisions. The Contracting Officer will issue a final decision as required by 33.211 if--

(A) The Contracting Officer and the Contractor are unable to reach agreement on the existence or amount of a debt within 30 days;

(B) The Contractor fails to liquidate a debt previously demanded by the Contracting Officer within the timeline specified in the demand for payment unless the amounts were not repaid because the Contractor has requested an installment payment agreement; or

(C) The Contractor requests a deferment of collection on a debt previously demanded by the Contracting Officer (see 32.607-2).

(iv) If a demand for payment was previously issued for the debt, the demand for payment included in the final decision shall identify the same due date as the original demand for payment.

(v) Amounts shall be due at the earliest of the following dates:

(A) The date fixed under this contract.

Page 46:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 46 of 55

(B) The date of the first written demand for payment, including any demand for payment resulting from a default termination.

(vi) The interest charge shall be computed for the actual number of calendar days involved beginning on the due date and ending on--

(A) The date on which the designated office receives payment from the Contractor;

(B) The date of issuance of a Government check to the Contractor from which an amount otherwise payable has been withheld as a credit against the contract debt; or

(C) The date on which an amount withheld and applied to the contract debt would otherwise have become payable to the Contractor.

(vii) The interest charge made under this clause may be reduced under the procedures prescribed in 32.608-2 of the Federal Acquisition Regulation in effect on the date of this contract.

(j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon:

(1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or

(2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination.

(k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties.

(l) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided.

(m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience.

(n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession.

(o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract.

(p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items.

Page 47:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 47 of 55

(q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract.

(r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. chapter 37, Contract Work Hours and Safety Standards; 41 U.S.C. chapter 87, Kickbacks; 41 U.S.C. 4712 and 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. chapter 21 relating to procurement integrity.

(s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order: (1) the schedule of supplies/services; (2) The Assignments, Disputes, Payments, Invoice, Other Compliances, Compliance with Laws Unique to Government Contracts, and Unauthorized Obligations paragraphs of this clause; (3) the clause at 52.212-5; (4) addenda to this solicitation or contract, including any license agreements for computer software; (5) solicitation provisions if this is a solicitation; (6) other paragraphs of this clause; (7) the Standard Form 1449; (8) other documents, exhibits, and attachments; and (9) the specification.

(t) System for Award Management (SAM). (1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance and through final payment of any contract for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document.

(2)(i) If a Contractor has legally changed its business name, “doing business as” name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in FAR subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to (A) change the name in the SAM database; (B) comply with the requirements of subpart 42.12; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name.

(ii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this clause, or fails to perform the agreement at paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the “Suspension of Payment” paragraph of the electronic funds transfer (EFT) clause of this contract.

(3) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the “Suspension of payment” paragraph of the EFT clause of this contract.

(4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via SAM accessed through https://www.acquisition.gov.

(u) Unauthorized Obligations.

(1) Except as stated in paragraph (u)(2) of this clause, when any supply or service acquired under this contract is subject to any End User License Agreement (EULA), Terms of Service (TOS), or similar legal instrument or agreement, that includes any clause requiring the Government to indemnify the Contractor or any person or entity for damages, costs, fees, or any other loss or liability that would create an Anti-Deficiency Act violation (31 U.S.C. 1341), the following shall govern:

Page 48:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 48 of 55

(i) Any such clause is unenforceable against the Government.

(ii) Neither the Government nor any Government authorized end user shall be deemed to have agreed to such clause by virtue of it appearing in the EULA, TOS, or similar legal instrument or agreement. If the EULA, TOS, or similar legal instrument or agreement is invoked through an ``I agree'' click box or other comparable mechanism (e.g., ``click-wrap'' or ``browse-wrap'' agreements), execution does not bind the Government or any Government authorized end user to such clause.

(iii) Any such clause is deemed to be stricken from the EULA, TOS, or similar legal instrument or agreement.

(2) Paragraph (u)(1) of this clause does not apply to indemnification by the Government that is expressly authorized by statute and specifically authorized under applicable agency regulations and procedures.

(v) Incorporation by reference. The Contractor's representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract.

(End of Clause)

52.232-18 AVAILABILITY OF FUNDS (APR 1984)

Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.

(End of clause)

52.232-18 ADDENDUM52.232-18 AddendumPursuant to FAR 52.232-18 funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract. The notice of availability of funds issued pursuant to this clause will be posted to the NAVSUP FLC Norfolk web page at https://www.navsup.navy.mil/navsup/ourteam/navsupgls/prod_serv/contracting/con_navsupflcn

CLAUSES INCORPORATED BY FULL TEXT

52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from

NAME: RHONDA NIELSENADDRESS: FLEET LOGISTICS CENTER NORFOLK

Page 49:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 49 of 55

NAVAL SUBMARINE BASE NLONBOX 500, CODE 245.2GROTON, CT 06349

TELEPHONE: (860)694-4821

[email protected]

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

(End of provision)

52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):

FAR Clauses: http://acquisition.gov/far/DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/

(End of provision)

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract 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 this/these address(es):

FAR Clauses: http://acquisition.gov/far/DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/

(End of clause)

252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011)

(a) Definition. Covered DoD official is defined in the clause at 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. (b) By submission of this offer, the offeror represents, to the best of its knowledge and belief, that all covered DoD officials employed by or otherwise receiving compensation from the offeror, and who are expected to undertake activities on behalf of the offeror for any resulting contract, are presently in compliance with all post-employment restrictions covered by 18 U.S.C. 207, 41 U.S.C. 2101-2107, and 5 CFR parts 2637 and 2641, including Federal

Page 50:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 50 of 55

Acquisition Regulation 3.104-2.

(End of provision)

252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016)

(a) Definitions. As used in this provision--

Controlled technical information, covered contractor information system, covered defense information, cyber incident, information system, and technical information are defined in clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. (b) The security requirements required by contract clause 252.204-7012 shall be implemented for all covered defense information on all covered contractor information systems that support the performance of this contract. (c) For covered contractor information systems that are not part of an information technology service or system operated on behalf of the Government (see 252.204-7012(b)(2))-- (1) By submission of this offer, the Offeror represents that it will implement the security requirements specified by National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, ``Protecting Controlled Unclassified Information in Nonfederal Information Systems and Organizations'' (see http://dx.doi.org/10.6028/NIST.SP.800-171) that are in effect at the time the solicitation is issued or as authorized by the contracting officer not later than December 31, 2017. (2)(i) If the Offeror proposes to vary from any of the security requirements specified by NIST SP 800-171 that are in effect at the time the solicitation is issued or as authorized by the Contracting Officer, the Offeror shallsubmit to the Contracting Officer, for consideration by the DoD Chief Information Officer (CIO), a written explanation of— (A) Why a particular security requirement is not applicable; or (B) How an alternative but equally effective, security measure is used to compensate for the inability to satisfy a particular requirement and achieve equivalent protection. (ii) An authorized representative of the DoD CIO will adjudicate offeror requests to vary from NIST SP 800-171 requirements in writing prior to contract award. Any accepted variance from NIST SP 800-171 shall be incorporated into the resulting contract.

(End of provision)

252.204-7011 ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011)

(a) Line items are the basic structural elements in a solicitation or contract that provide for the organization of contract requirements to facilitate pricing, delivery, inspection, acceptance and payment. Line items are organized into contract line items, subline items, and exhibit line items. Separate line items should be established to account for separate pricing, identification (see section 211.274 of the Defense Federal

Page 51:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 51 of 55

Acquisition Regulation Supplement), deliveries, or funding. The Government recognizes that the line item structure in this solicitation may not conform to every offeror's practices. Failure to correct these issues can result in difficulties in accounting for deliveries and processing payments. Therefore, offerors are invited to propose an alternative line item structure for items on which bids, proposals, or quotes are requested in this solicitation to ensure that the resulting contract structure is economically and administratively advantageous to the Government and the Contractor. (b) If an alternative line item structure is proposed, the structure must be consistent with subpart 204.71 of the Defense Federal Acquisition Regulation Supplement and PGI 204.71. A sample solicitation line-item structure and a corresponding offer of a proposed alternative line-item structure follow. Solicitation:

---------------------------------------------------------------------------------------------------------------- Item No. Supplies/Service Quantity Unit Unit price Amount----------------------------------------------------------------------------------------------------------------0001............................ Computer, Desktop with 20 EA ............ ........... CPU, Monitor, Keyboard and Mouse.----------------------------------------------------------------------------------------------------------------

Alternative line-item structure offer where monitors are shipped separately:

---------------------------------------------------------------------------------------------------------------- Item No. Supplies/Service Quantity Unit Unit Price Amount----------------------------------------------------------------------------------------------------------------0001............................ Computer, Desktop with 20 EA ............ ........... CPU, Keyboard and Mouse.0002............................ Monitor................. 20 EA ............ ...........----------------------------------------------------------------------------------------------------------------

(End of provision)

252.225-7000 BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM CERTIFICATE--BASIC (NOV 2014)

(a) Definitions. Commercially available off-the-shelf (COTS) item, component, domestic end product, foreign end product, qualifying country, qualifying country end product, South Caucasus/Central and South Asian (SC/CASA) state, South Caucasus/Central and South Asian (SC/CASA) state end product, and United States, as used in this provision, have the meanings given in the Buy American and Balance of Payments Program--Basic clause of this solicitation.

(b) Evaluation. The Government--

(1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and

Page 52:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 52 of 55

(2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American statute or the Balance of Payments Program.

(c) Certifications and identification of country of origin.

(1) For all line items subject to the Buy American and Balance of Payments Program-- Basic clause of this solicitation, the offeror certifies that--

(i) Each end product, except those listed in paragraph (c)(2) or (3) of this provision, is a domestic end product; and

(ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country.

(2) The offeror certifies that the following end products are qualifying country end products:

___ (Line Item Number Country of Origin)

___ (Country of Origin)

(3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of ``domestic end product'':

(Line Item Number) ___

(Country of Origin (If known)) ___

(End of provision)

252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2016)

(a) Definitions. As used in this clause--

Component means any item supplied to the Government as part of an end product or of another component.

End product means supplies delivered under a line item of this contract.

Qualifying country means a country with a reciprocal defense procurement memorandum of understanding or international agreement with the United States in which both countries agree to remove barriers to purchases of supplies produced in the other country or services performed by sources of the other country, and the memorandum or agreement complies, where applicable, with the requirements of section 36 of the Arms Export Control Act (22 U.S.C. 2776) and with 10 U.S.C. 2457. Accordingly, the following are qualifying countries:

AustraliaAustriaBelgiumCanadaCzech RepublicDenmarkEgyptEstoniaFinlandFrance

Page 53:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 53 of 55

GermanyGreeceIsraelItalyJapanLuxembourgNetherlandsNorwayPolandPortugalSloveniaSpainSwedenSwitzerlandTurkeyUnited Kingdom of Great Britain and Northern Ireland.

Structural component of a tent-- (i) Means a component that contributes to the form and stability of the tent (e.g., poles, frames, flooring, guy ropes, pegs); (ii) Does not include equipment such as heating, cooling, or lighting.

United States means the 50 States, the District of Columbia, and outlying areas.

U.S.-flag vessel means a vessel of the United States or belonging to the United States, including any vessel registered or having national status under the laws of the United States.

(b) The Contractor shall deliver under this contract only such of the following items, either as end products or components, that have been grown, reprocessed, reused, or produced in the United States:

(1) Food.

(2) Clothing and the materials and components thereof, other than sensors, electronics, or other items added to, and not normally associated with, clothing and the materials and components thereof. Clothing includes items such as outerwear, headwear, underwear, nightwear, footwear, hosiery, handwear, belts, badges, and insignia.

(3) (i) Tents and structural components of tents;

(ii) Tarpaulins; or

(iii) Covers.

(4) Cotton and other natural fiber products.

(5) Woven silk or woven silk blends.

(6) Spun silk yarn for cartridge cloth.

(7) Synthetic fabric, and coated synthetic fabric, including all textile fibers and yarns that are for use in such fabrics.

(8) Canvas products.

(9) Wool (whether in the form of fiber or yarn or contained in fabrics, materials, or manufactured articles).

Page 54:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 54 of 55

(10) Any item of individual equipment (Federal Supply Class 8465) manufactured from or containing fibers, yarns, fabrics, or materials listed in this paragraph (b).

(c) This clause does not apply--

(1) To items listed in section 25.104(a) of the Federal Acquisition Regulation (FAR), or other items for which the Government has determined that a satisfactory quality and sufficient quantity cannot be acquired as and when needed at U.S. market prices;

(2) To incidental amounts of cotton, other natural fibers, or wool incoporated in an end product, for which the estimated value of the cotton, other natural fibers, or wool--

(i) Is not more than 10 percent of the total price of the end product; and (ii) Does not exceed the simplified acquisition threshold in FAR part 2;

(3) To waste and byproducts of cotton or wool fiber for use in the production of propellants and explosives;

(4) To foods, other than fish, shellfish, or seafood, that have been manufactured or processed in the United States, regardless of where the foods (and any component if applicable) were grown or produced. Fish, shellfish, or seafood manufactured or processed in the United States and fish, shellfish, or seafood contained in foods manufactured or processed in the United States shall be provided in accordance with paragraph (d) of this clause;

(5) To chemical warfare protective clothing produced in a qualifying country; or

(6) To fibers and yarns that are for use in synthetic fabric or coated synthetic fabric (but does apply to the synthetic or coated synthetic fabric itself), if--

(i) The fabric is to be used as a component of an end product that is not a textile product. Examples of textile products, made in whole or in part of fabric, include--

(A) Draperies, floor coverings, furnishings, and bedding (Federal Supply Group 72, Household and Commercial Furnishings and Appliances);

(B) Items made in whole or in part of fabric in Federal Supply Group 83, Textile/leather/furs/apparel/findings/ tents/flags, or Federal Supply Group 84, Clothing, Individual Equipment and Insignia;

(C) Upholstered seats (whether for household, office, or other use); and

(D) Parachutes (Federal Supply Class 1670); or

(ii) The fibers and yarns are para-aramid fibers and continuous filament para-aramid yarns manufactured in a qualifying country.

(d)(1) Fish, shellfish, and seafood delivered under this contract, or contained in foods delivered under this contract--

(i) Shall be taken from the sea by U.S.-flag vessels; or

(ii) If not taken from the sea, shall be obtained from fishing within the United States; and

(2) Any processing or manufacturing of the fish, shellfish, or seafood shall be performed on a U.S.-flag vessel or in the United States.

(End of clause)

Page 55:   · Web view1.1 Objective. The test objective is to evaluate inherently Fire Resistant (FR) fabrics in various shirt and trouser/slack designs for both male and female Officers

N0018917QG042

Page 55 of 55


Recommended