SOLICITATION NOTICE
83 -- GUIDON FLAGS, PENNANTS, STAND, AND STAFFS
- Notice Date
- 8/24/2005
- Notice Type
- Solicitation Notice
- NAICS
- 314999
— All Other Miscellaneous Textile Product Mills
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- F2XJA55200A100
- Response Due
- 8/30/2005
- Archive Date
- 9/14/2005
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. Solicitation number F2XJA55200A100 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under commercial items found at FAR Part 13.5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05, Effective 27 Jul 2005 and Defense Federal Acquisition Regulation Supplement (DFARS). The North American Industry Classification System code is 314999 with a small business size of 500 employees. This acquisition will be solicited as a small business set-aside. This requirement is for the purchase of guide-on flags, pennants, flag stands, and guide-on staffs. There are multiple delivery locations for this requirement throughout the continental United States ROTC programs. LINE ITEMS 01- GUIDE-ON FLAG 144 EACH, 02- PENNANTS 851 EACH, 03- FLAG STAND 144 EACH, 04- GUIDE-ON STAFF 935 EACH. Specific dimensions and details will be forwarded to each prospective offer based on responses received. The desired delivery date is 15 Oct 2005. FOB Destination. The provision at FAR 52.212-1, Instruction to Offerors - Commercial Items (Jan 2004), applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3 with Alternate I (Apr 2002), Offeror Representation and Certifications - Commercial Items (Jan 2004); DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995); and DFARS 252.225-7000, Buy American Act?Balance of Payments Program Certificate (Apr 2003) with the quotation. The FAR clause, 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2003) applies to this acquisition and is addended to add the following FAR clauses: 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000); 52.204-7, Central Contractor Registration (Oct 2003); The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jan 2004), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995); 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999); 52.219-8, Utilization of Small Business Concerns (Oct 2000); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Apr 2002); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 -Restrictions on Certain Foreign Purchases (June 2003); 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (Oct 2003); and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2004), applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 52.203-3 - Gratuities (Apr 1984); 252.225-7001, Buy American Act and Balance of Payments Program (Apr 2003); 252.225-7012 - Preference for Certain Domestic Commodities (Feb 2003); 252.232-7003 - Electronic Submission of Payment Requests (Jan 2004). NOTE: Wide Area Work Flow (WAWF) registration is required and can be obtained by accessing the internet, https://wawf.eb.mil or by calling 866-618-5988. Registration must be completed before award. 252.243-7002 - Requests for Equitable Adjustment (Mar 1998); and 252.247-7023 - Transportation of Supplies by Sea (May 2002). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jan 2004) (Deviation), applies to this acquisition. The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); 252.204-7004, Required Central Contractor Registration (CCR) (Nov 2003); and 252.211-7003, Item Identification and Valuation (Jan 2004). NOTE: CCR can be obtained by accessing the internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. Clauses and provisions incorporated by reference may be accessed via the internet at http://farsite.hill.af.mil or http:/www.arnet.far.gov. Responses/Offers are due by the close of business (3:00 PM CDT) on 30 August 2005. Submit written quotes; oral quotes will not be accepted. Quotes may be submitted via fax, e-mail or mail. All quotes must be faxed to (334) 953-3543 attn: SSgt Phillip Sabo, e-mailed to phillip.sabo@maxwell.af.mil (subject: F2XJA55200A100), or mailed to 42 CONS/LGCB, attn: SSgt Phillip Sabo, 50 LeMay Plaza South, Maxwell AFB, AL 36112-6334. Quotations must meet all instructions put forth in this solicitation. Reference the solicitation number and provide a delivery date on proposal. Please fax or e-mail any questions to SSgt Phillip Sabo, Contract Specialist.
- Place of Performance
- Address: 50 LeMay Plaza S., Maxwell AFB, AL
- Zip Code: 36067
- Country: USA
- Zip Code: 36067
- Record
- SN00878252-W 20050826/050824212534 (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 |