SOLICITATION NOTICE
84 -- SQUADRON PATCHES
- Notice Date
- 2/26/2004
- Notice Type
- Solicitation Notice
- NAICS
- 314999
— All Other Miscellaneous Textile Product Mills
- Contracting Office
- Department of the Air Force, Direct Reporting Units, 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
- ZIP Code
- 80840-2315
- Solicitation Number
- FA7000-04-T-0016
- Response Due
- 3/5/2004
- Archive Date
- 3/20/2004
- Point of Contact
- Kathryn Bernstein, Contract Specialist, Phone 719-333-2965, Fax 719-333-9103, - Diana South, Contract Specialist, Phone (719) 333-8650, Fax (719) 333-4404,
- E-Mail Address
-
kathryn.bernstein@usafa.af.mil, diana.myles-south@usafa.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items or services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA7000-04-T-0016, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 18 effective 01/12/04 and FAC 2001-19, dated 1/1/24. The North American Industrial Classification System (NAICS) number is 314999 and the business size standard is 500 employees. The proposed acquisition is 100% reserved for small businesses. Women owned and disabled veteran owned small businesses are encouraged to submit quotes. LINE ITEM 0001: QTY 12200 EA; Patches, Squadron; see attached for breakdown by RQN#, STOCK#, SQD#, and QTY for each squadron (Attachment 1). Squadron patches must be manufactured in accordance with USAFA PD, 34 TRW/SDCU-201, Dated 4 JAN 2003 (see Attachment 2). LINE ITEM 0002: QTY 1400 EA; Patch, Year, Parka; circular in shape, Air Force Blue Border with white numbers; size 2 1/2" diameter (see attached sample, Attachment 3) NOTE: the year should be "08" Not "05." LINE ITEM 0003: QTY: 2700 EA; Patch, Year, A-Jacket; square in shape, black border with white numbers; 3 1/4" wide and 2 1/2" length (see attached sample, Attachment 3). NOTE: The year should be "08" Not "05." Packaging and Marking requirements: Request unit pack of 25 each per package, individually packaged in plastic. Note: The contractor who receives the award shall provide a First Article requirement IAW FAR 209-4, First Article Approval ? Government Testing. Delivery requirement: FOB for this RFQ is Destination. Quotations received with FOB other than Destination will not be considered. Delivery address: Cadet Store Officer, Bldg 2351 Mitchell Hall Annex, USAF Academy CO 80840. Hours of Delivery: Delivery of items shall be accomplished between the hours of 7:30 A.M. and 3:30 P.M., Monday through Friday, except as otherwise specified. No deliveries are to be made on Saturdays, Sundays or Federal Legal holidays. Delivery will be required no later than 15 Apr 04. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition and addendum as follows: "Contractor shall submit their quote on company letterhead, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, an over all total price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, any discount terms, cage code, DUNS number, size of business, acknowledgement of solicitation Amendments, a completed copy of the representations and certifications at FAR 52.212-3 and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate and provide at least two 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 include a statement specifying the extent of agreement with all terms, conditions, and provisions. The provisions at 52-212-2, Evaluation--Commercial Items applies to this acquisition. Add to 52.212-2 "The government will award a purchase order resulting from this solicitation to the responsive responsible offeror whose offer is conforming to the solicitation and be the most advantageous to the government, price and other factors considered. The following factors will be used to evaluate offers. Award will be made on price and other factors considered. The following factors shall be used to evaluate offers: 1. Past Performance and 2. Price. Past performance will be evaluated to ensure satisfactory business practices and timely performance. Price will be evaluated to determine its fairness and reasonableness as it relates to the item offered. The clause 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda, applies: FAR 52.204-7 Central Contractor Registration, FAR 52.209-4 First Article Approval Government Testing; (a) The contractor shall deliver first article of all patches within 7 calendar days from the date of this purchase order to the Contracting Officer cited in block 9 of the Standard Form (SF) 1449 for the first article testing. The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contract. (b) Within 2 calendar days after the Government receives the first article, the Contracting Officer shall notify the contractor, in writing, of the conditional approval, approval or disapproval of the first article. The notice of conditional approval or approval shall not relieve the contractor from complying with all requirements of the specifications and all other terms and conditions of this purchase order. A notice of disapproval shall cite reasons for the disapproval. If you have provided the requirement to the academy before a waiver to the first article may be granted if deemed necessary. FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.225-13, Restrictions on Certain Foreign Purchases, amended as follows: 52.225-13 Restrictions on Certain Foreign Purchases (CLASS DEVIATION) (a) Except as authorized by the Office of Foreign Acquisition by the Office of Foreign Assets Control (OFAC) in the Department of Treasury, the Contractor shall not acquire, for use in the performance of this contract , any supplies or services, if any Executive Order administered by OFAC, or OFAC's regulations set forth at 31 CFR Chapter V would prohibit such a transaction by a person subject to the jurisdiction of the United States. (b) Except as authorized by OFAC, most transactions involving Cuba, Iran, Libya, and Sudan are prohibited, as are most imports into the United States from North Korea. List of entities and individuals subject to economic sanctions are included in OFAC's List of Specially Designated Nationals and Blocked Persons. More information about these restrictions as well as updates with respect to restrictions imposed after April 2003, is available in the AFAC's regulations at 31 CFR Chapter V and/or OFAC's website at http://www.treas.gov/ofac. (C) The Contractor shall insert this clause, including this paragraph (c), in all subcontracts. (End of clause); FAR 52.242-15, Stop-Work Order, DFARS 252.204-7004 Alt A, Required Central Contractor Registration Alternate A, DFARS 252.225-7000, DFARS 252.225-7013, Secondary Arab Boycott of Israel, USAFA 5352.242-9500, Contractor Access to Air Force Installations, FAR 52.252-2 Clauses Incorporated by Reference: 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): http://farsite.hil.af.mil/. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 13, 14, 15, 16, 17, 18, 25 and 29. DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the inclusion of the following: DFARS 252.225-7001 Buy American Act - Balance of Payments Program Certificate. Offers must be received NLT Noon Mountain Daylight Savings Time, 05 MAR 2004, at 10th ABW/LGCB, Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes may be faxed to the attention of Ms. Kathryn Bernstein, Contract Specialist, 719-333-9103 or email to kathryn.bernstein@usafa.af.mil. Please contact Diana Myles-South, Contracting Officer, 719-333-8650 or email to diana.myles-south@usafa.af.mil in my absence.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/DRU/10ABWLGC/FA7000-04-T-0016/listing.html)
- Place of Performance
- Address: Colorado Springs
- Zip Code: 80840
- Country: USA
- Zip Code: 80840
- Record
- SN00531628-F 20040228/040226232214 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |