Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2006 FBO #1595
SOLICITATION NOTICE

84 -- Backpacks

Notice Date
4/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
314911 — Textile Bag Mills
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-06-T-0061
 
Response Due
4/11/2006
 
Archive Date
4/14/2006
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
1. 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 FA7000-06-T-0061, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-07, Effective 02 Feb 2006 and & Class Deviation 2005-00001. The North American Industrial Classification System (NAICS) number is 314911 and the business size standard is 500 employees. The proposed acquisition is Small Business Set-Aside. 2. LINE ITEM Qty Unit Issue Unit Price Total Line Item 0001 1500 Each $_______ $_______ BACKPACKS Delivery Requirement: FOB for this RFQ is Destination. Quotations received with FOB other than Destination will not be considered. Delivery is required no later than 31 May 2006. Request unit pack of 50 each per box 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 individually package backpack, as well as on each box of 50 each. A sample bar code is available upon request via e-mail. Instructions will be 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 backpack as identified within applicable specification therein. A sample bar code label approval within 7 days from date of award. If you need a sample bar code to provide a quote e-mail Claudine Moseley at claudine.moseley@usafa.af.mil 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.) SI/ASQC Z1.4 call: American National Standard, In accordance with IAW USAFA PD 10 MSG/LGRI 400-08, dtd 14 Oct 05 UNITED STATES AIR FORCE ACADEMY COMMERCIAL ITEM PURCHASE DESCRIPTION 10 MSG/LGRI 400-08 BLUE, CADET, BACKPACK 14 OCTOBER 2005 CHARLES V. DYE, CHIEF Cadet Support Division UNITED STATES AIR FORCE ACADEMY COMMERCIAL ITEM PURCHASE DESCRIPTION 34TRW/SDCU 400-08 CADET, BLUE, BACKPACK A. ABSTRACT. This purchase description covers the requirements for Cadet Blue Backpacks. The backpack will be used for books and supplies. B. FIRST ARTICLE Before production is commenced the contractor shall submit to the contracting officer, for approval, one Cadet Blue backpack in accordance with this commercial item description. C. DESIGN The design of the backpack shall have total reinforced bottom, and bottom edges with 1680 Denier. The backpack is fully lined with nylon, and made of heavy duty Denier Cordura?. The color thread used shall be analogous to the color of the backpack. D. DIMENSIONS The dimensions and weight of the backpack shall be 16.5?in height, 13? in width, and 8? in depth, or 2150 cubic inches. The weight of the backpack shall be approximately 25 oz. E. FRONT COMPARTMENT 1. Front. A. One small size front zipper pocket. B. One medium size inner zipper pocket, with pencil/accessory pouch, and business card holder. 2. Center. A. One large zipper pocket, with an inside zipper mesh pocket for pencils, and one paper holder pocket, below mesh pocket. B. One layer of 1/8" (XJ200) firm foam for structure purpose, to the area that separates the center section from the main compartment. F. MAIN COMPARTMENT 1. Front One large zipper pocket, with two, inside, mesh paper holder pockets. 2. Back A. One layer of 1" (open cell) padding for back cushioning. B. Two contour shoulder strap, with cushioning for ergonomic fit. C. Two Cordura? made ? bat wing? shaped security straps, for hip comfort. 3. Sides. A. Two side compression straps, with side release buckles, for load security. B. One side water bottle holder made out of mesh, on left side of backpack 4. Bottom/Top. A. One hand carry strap on top of backpack. B. Total reinforcement on bottom and bottom edges of all pocket panels with 1680 Denier. G. ANCHORING SYSTEM The contractor shall design and install high stress point anchoring systems that will secure all the components of the stress point such that they will not pull apart under normal usage. The four strap junctions at the top of the backpack are four of these points, which shall be reinforced to the point that they will not pull apart under normal usage conditions. CUSTODIAN PREPARING ACTIVITY USAFA Academy CO 80840 - 8210 Cadet Uniforms, QAP, (10 MSG/LGRI USAF Academy CO 80840-8210 REVIEWING ACTIVITY Support Division (10 MSG/LGRI) USAF Academy CO 80840-8210 The following Federal Acquisition (FAR) clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, addenda applies: "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, warranted information and a statement that the provision at FAR 52.212-3 has been electronically online at 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. In addition, any acknowledgement of solicitation amendments. Contractors must be registered with Central Contractor Registration (CCR). This is a requirement to do business with the Department of Defense Air Force. No purchase order can be awarded to any company without this registration: www.bpn.gov/CCRINQ. 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 backpacks meet the salient physical, functional, or performance characteristics as stated herein. If an offer cannot comply with every requirement, that offer will not be acceptable, and therefore will not be considered. 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: This solicitation 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/, FAR 52.211-.6, Brand Name or Equal (AUG 1999), FAR 52.242-15, Stop-Work Order, DFARS 252.204-7004 Alt A, Required Central Contractor Registration Alternate A (Nov 2003), DFARS 252.225-7013, Secondary Arab Boycott of Israel (APR 2003), USAFA 5352.242-9500, Contractor Access to Air Force Installations (MAY 2003), and 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen, Tara Petersen 8110 Industrial Drive, Ste 103 Telephone number 719-333-2074 FAX 719-333-9018 email: tara.petersen@usafa.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 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) (2) 14, 15, 16, 17, 18, 19, 20, 26, 27, and 31. DFARS 252.212-7001, Contract terms and Conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (JUL 2002) applies to this acquisition. Additional DFARS clauses cited in the clause applicable to this acquisition are: 252.225-7001, Buy American Act and Balance of Payments Program (June 2005) and 252.232-7003, Electronic Submission of Payment Requets (Jan 2004). Quotes must be received NLT 3:00 PM, Mountain Standard Time 12 April 2006, 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 claudine.moseley@usafa.af.mil or fax TO: Claudine Moseley, Contract Specialist (719) 333-9103. Also can contact Diana 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
Country: US
 
Record
SN01023489-W 20060409/060407220904 (fbodaily.com)
 
Source
FedBizOpps 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.