Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2009 FBO #2670
SOLICITATION NOTICE

84 -- Shoulder Boards, Shoulder Marks, Insignia

Notice Date
3/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315999 — Other Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-09-T-0036
 
Point of Contact
Rebecca J. Petersen,, Phone: 7193333200, Diana South,, Phone: 719-333-8650
 
E-Mail Address
Rebecca.Petersen@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 (formal) solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA7000-09-T-0036, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-30, dated 17 Feb 09. The North American Industrial Classification System (NAICS) number is 315999 and the business size standard is 500 employees. The proposed acquisition is 100% Small Business set aside. All responsible sources may submit a response, which if received timely, will be considered by 10th LG/LGCB. The USAF Academy has a requirement for a Men's and Women's Shoulder Boards, Men's and Women's 2nd Lieutenant Shoulder Marks, and 2nd Lieutenant Insignia. The following provides the salient characteristics that will satisfy the Governments needs: 2nd Lieutenant Mess Dress Shoulder boards 0001 Women's: Small IG Item: #2-1601 QUANTITY: 150 pairs Measurements: 4 ½" from bottom to tip x 2" wide. 3 5/8" from bottom to left angled point at top of shoulder board. Lace, aluminum 1 ¾" wide with 2 vellum each 5/16' wide. 2nd LT gold bar 7/8" wide x 5/16" high. Color shall match AF Shade 1620. Pack: Individually 0002 Men's: Large IG Item: #2-1861 QUANTITY: 840 pairs Measurements: 5 ½" from bottom to tip (1/4" tip) x 2 ¼" wide. 4 ½" from bottom to top left angle. Lace, aluminum, 2 pieces, ½" wide. 2nd LT gold bar 5/8" from bottom 3/8" high. Color shall match AF Shade 1620. Pack: individually 2nd Lieutenant Shoulder Marks (soft rank for shirts) 0003 Women's Small IG Item: #2-660 QUANTITY: 300 pairs Measurements: 3 ¼" high (+/- 1/16) x 1 7/8" (+/- 1/8) wide at the bottom, 1 17/32" (+/-) wide at the top. 2nd Lt Gold bar 5/8" from bottom, 3/8" high x 1" wide. Pack: 50 pair/ box 0004 Men's Large IG Item: #2-670 QUANTITY: 1700 pairs Measurements: 4 3/16" high (+/- 1/16) x 2" (+/- 1/8) wide at the bottom, 1 5/8" (+/-) wide at the top. 2nd Lt Gold bar 5/8" from bottom, 3/8" high x 1" wide. Pack: 50 pair/ box Insignia: 2nd Lieutenant Gold Bar 0005 Insignia, 2nd Lieutenant, Gold Bar, Copper Alloy QUANITY: 1600 Size: 1" length,.375" width. Pack: 1 pair/ box Delivery Requirement; FOB for this RFQ is Destination. Quotations received with FOB other than Destination will not be considered. The delivery date required is 11 May 2009. These products 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). 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: Addenda to FAR 52.212-1, Proposal Preparation Instructions: a. Initially, quotes shall be ranked according to price. An offeror's proposed prices will be determined by multiplying the quantities identified in the Pricing Schedule by the unit price for each item to confirm the extended amount for each. b. Only those offerors who can show they are on the active list of certified manufacturers from the Institute of Heraldry, 9325 Gunston Road, room S112, fort Belvoir, Virginia 22060-5579, Telephone number 703-806-4985 will be evaluation on a pass/fail basis. The offeror who submits the lowest price and is on the active list of certified manufactures will receive the award. Award shall be made to that offeror without further consideration of any other offerors. c. 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 overall total price, any discount terms, cage code, DUNS number, size of business, descriptive literature such as illustration, drawings, or a clear reference to information readily available to the Contracting Officer, warranted information and a statement that the provision at FAR 52.212-3 is electronically online at http://orca.bpn.gov/publicsearch.aspx and provide a copy of DFARS 252.225-7000 (http://farsite.hill.af.mil/), Buy American Act-Balance of Payments Program Certificate must be signed and returned with quote. In addition, any acknowledgement of solicitation amendments. The provisions at 52.212-2, Evaluation--Commercial Items apply to this acquisition. The Government will award a purchase order using FAR Part 12 and 13 resulting from this solicitation to the responsive responsible offeror who has been determined they are certified through Institute of Heraldry on a pass/fail basis at the lowest price. Initially, offerors who passed the certification shall be ranked according to price and the offeror who provides the lowest price will receive the award. An offeror's proposed prices will be determined by multiplying the quantities identified in the Pricing Schedule by the unit price for each item to confirm the extended amount for each. Paragraph b and c are not applicable. 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 (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 addresses(es): http://farsite.hill.af.mil 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. The full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/. USAFA 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007)(USAFA Supplemented Jul 08) 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items (Dec 2008) Deviation 52.219-6 Notice of Total Small Business Set Aside (Jun 2003) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (Feb 2009) 52.219-28 Post-Award Small Business Program Representation (Jun 2007) 52.222-3, Convict Labor (Jun 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (Feb 2008) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-50 Combat Trafficking in Persons (Feb 2009) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) DFARS 252.212-7001, Contract terms and Conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (Jan 2009) (Deviation) applies to this acquisition. DFARS 252.225-7001, Buy American Act and Balance of Payments Program (Jan 2009) 252.232-7003, Electronic Submission of Payment Request (Mar 2008). Quotes must be received NLT 1:00 pm Mountain Time, 30 March 2009 at the10th MSG/LGCB, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Please submit quotes and any questions via e-mail to Rebecca Petersen at (719) 333-3200, Rebecca.Petersen@usafa.af.mil, or you may fax the quote to Rebecca Petersen, Contract Specialist at (719) 333-9103. In my absence, please contact Diana South, Contracting Officer, 719-333-8650 or email to diana.myles-south@usafa.af.mil. 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, Kelly Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: Kelly.Snyder@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)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fcbcf202734db9e1f3fce0dac62051a6&tab=core&_cview=1)
 
Place of Performance
Address: United States Air Force Academy, 8110 Industrial Dr., USAF Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN01770771-W 20090319/090317215649-fcbcf202734db9e1f3fce0dac62051a6 (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.