Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2005 FBO #1221
SOLICITATION NOTICE

84 -- Plain Black T-Shirt

Notice Date
3/29/2005
 
Notice Type
Solicitation Notice
 
NAICS
315221 — Men's and Boys' Cut and Sew Underwear and Nightwear Manufacturing
 
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
FA7000-05-T-0099
 
Response Due
4/7/2005
 
Archive Date
4/22/2005
 
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 FA7000-05-T-0099, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-02 effective March 23, 2005. The North American Industrial Classification System (NAICS) number is 315211 and the business size standard is 500 employees. The proposed acquisition is reserved for 100% small businesses. LINE ITEM 0001 4100 each $_______ total $_________ See exact sizes below T-Shirt, Black, Plain, 50/50 Poly/Cotton Jersey Fabric, quarter sleeve, Oversize Athletic Cut, style NO. 65550MO, Manufacturer Russell or Equal. RQN# STOCK# SIZE QTY 0062 8420l9061107000 34X36 SMALL 400 EA 0063 8420l9061117000 38X40 MEDIUM 2600 EA 0064 8420l9061127000 42X44 LARGE 200 EA 0065 8420l9061137000 46X48 X-LARGE 900 EA Unit Pack of 6 EA Per Package sample photographs can be provided by emailing: ronnie.wilkinson@usafa.af.mil FOB Destination ONLY Delivery requirement: FOB for this RFQ is Destination. Quotations received with FOB other than Destination will be not be considered. Delivery is required 1 June 2005. Bar Code label requirement: A bar code label containing a 10 ABW/LGLC approved stock number, brief description and size must be placed on each package of 6 each and on each shipping container. A sample bar code is available upon request via e-mail. Instructions will provided to the awardee on the submittal of the bar code via purchase/delivery order. An adhesive label of regular commercial quality, reflecting the Cadet Issue Division stock number, size and a brief description, compatible with the Government?s UPC Code 39 system, shall be affixed to each garment as identified within applicable specification therein. A sample bar code label and a first article shall be submitted for the Contracting Officer approval within 7 days from date of award. This Product must comply with the Buy American Act (100% manufactured in the USA; and at least 51% of the cost of materials made, fabricated, purchased must be MADE IN THE USA.) FAR 252.225-7001 Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-1 is supplemented per following addenda: "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 (http://orca.bpn.gov/publicsearch.aspx) and DFARS 252.225-7000 (http://farsite.hill.af.mil/), Buy American Act-Balance of Payments Program Certificate must be signed and returned with bid. The provisions at 52.212-2, Evaluation--Commercial Items applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose technically acceptable 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: Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price which meets or exceeds the requirements. Offers will be evaluated on a pass or fail basis to determine whether the proposed t-shirts meets the salient physical, functional, or performance characteristics of that brand of t-shirt. Contractor that are bidding on an ?or equal? shall Include in your offer descriptive literature such as illustrations, drawings, or a clear reference to information readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable. Once an offer has been determined to be technically acceptable then the Offeror with the lowest evaluated price will be awarded the contract. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda, applies: FAR 52.252-2 Clauses Incorporated by Reference: FAR 52.209-4 -- First Article Approval -- Government Testing (Sep 1989) with the following addenda: (a) The Contractor shall deliver 1unit size large t-shirt within 7 calendar days from the date of this contract to the Contracting Offcer at the address listed in Block 9 SF 1449 for first article tests. The shipping documentation shall contain this contract number and the Lot/Item identification. The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contract.(b) Within two 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 contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. 52.242-15 Stop Work Order, 252.225-7031 Secondary Boycott of Israel. 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: http://farsite.hill.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) 5, 14, 15, 16, 17, 18, 19, 20, and 30. 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 and 252-232.7003 Electronic Submission of Payment Request. Offers must be received NLT 3 PM Mountain Standard Time 7 April 2005, 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. Please submit any questions and/or quotes via e-mail to the ronnie.wilkinson@usafa.af.mil Or fax TO: Ronnie Wilkinson, Contract Specialist (719) 333-9103. Please contact Diana Myles-South, Contracting Officer, 719-333-8650 or email to diana.myles-south@usafa.af.mil in my absence. (End of Text)
 
Place of Performance
Address: 8110 Industrial Drive Suite 200, USAF Academy, CO
Zip Code: 80840
 
Record
SN00777845-W 20050331/050329212155 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.