Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2009 FBO #2727
SOLICITATION NOTICE

84 -- THUNDERBIRD SHOWSUITS--BPA

Notice Date
5/13/2009
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
315225 — Men's and Boys' Cut and Sew Work Clothing Manufacturing
 
Contracting Office
5865 Swaab Blvd Nellis AFB NV 89191-7063
 
ZIP Code
89191-7063
 
Solicitation Number
SHOWSUITS--BPA
 
Response Due
7/15/2009
 
Point of Contact
Amy B. Daniels, Phone 7026529179, - Sherri K Ashby, TSgt, Phone 702-652-3145, Fax 702-652-9570
 
E-Mail Address
amy.daniels@nellis.af.mil, sherri.ashby@nellis.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with the 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 requirement is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The NAICS for this solicitation is 315225. The size standard for a small business under this NAICS code is 500 employees. This solicitation is a 100% small business set-aside. The USAF on behalf of its customer activity, the Thunderbirds (USAFADS), has recurring requirements for showsuits. This is a commercial request for the following: Thunderbird officer and enlisted showsuits, in accordance with the attached specifications and photos. Pricing shall include delivery FOB destination to Nellis AFB NV 89191. The Government intends to issue a single BPA from this solicitation. The BPA shall be established for one 60-month period. Quotes should be in accordance with the attached offer schedule (Attachment D): price each CLIN independently, including shipping cost FOB Destination. The following clauses and provisions apply to this solicitation and resulting award: The BPA will be prepared IAW FAR Part 13.303-3; 52-212-1, Instructions to Offerors-Commercial is incorporated by reference and applies to this acquisition. 52.212-2, Evaluation-Commercial Items apply to this acquisition (Fill-ins are as follows): 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose 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: (i) Technical capability (ii) Price (b) Evaluation of Factors: (i) Technical capability of the offeror to meet the Government's requirement; The showsuit specifications are attached and shall be the basis for the technical evaluation on this solicitation. Workmanship will also be considered. Applicable ratings for Technical Capability are as follows: Acceptable - Meets Government's requirement Unacceptable - Does not meet the Government's requirement. (ii) Price - offeror's proposed pricing will be evaluated for price reasonableness in accordance with FAR 13.106-3. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) In accordance with FAR 52.212-1(g), the Government intends to award without discussions. (d) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors shall include a completed copy of the provision at 52.212-3 Alt I, Offeror Representation and Certifications - Commercial Items, with its offer (current ORCA account acceptable); 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, specifically the following cited clauses and provisions are applicable: 52.222-21, Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-25 Affirmative Action Compliance; 52.222-26, Equal Opportunity; and 52.222-36, Affirmative Action for Workers with Disabilities; 52.213-2, Invoices; 52.219-6, Total SB set-aside; 52.219-28, Post-Award SB Program Representation; 52.204-7, Central Contractor Registration; 52.219-27, Notification of Total Service-Disabled Veteran-Owned Small Business Set-Aside; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-37, Multiple Payment Arrangements; 52-233-1, Disputes; 52.233-2, Service of Protest; 52.246-2, Inspection of Supplies -Fixed price; 52.247-34, FOB Destination; 52.252-1, Solicitation Provisions Incorporated By Reference; 52.252-2, Clauses Incorporated By Reference; 52.232-36, Payment By Third Party; 52.252-5, Authorized Deviations in Provisions; 52.22-6, Authorized Deviations in Clauses; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items; and 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A; ; 252.225-7000, Buy American Cert; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.225-7012 Preference for Certain Domestic Commodities, 252.232-7003, Electronic Submition Payment Required; 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Modifications; 5352.201-9101, Ombudsman Clause; and Local Clause G-103, Submitting Invoices Electronically. The contractor must be registered in the Central Contractor Registration (CCR) database to be eligible for award. Contractors can register at www.ccr.gov. Full text versions of clauses and provisions may be viewed at http://farsite.hill.af.mil. Solicitation closing date is July 15, 2009. All quotes must be received by 4:30 p.m. Pacific Standard Time. Offerors are reminded to ensure your FEDEX or DHL package arrives on time. The 99 CONS office is open from 730AM - 430PM PST Monday through Friday. Any questions pertaining to this solicitation must be addressed to: amy.daniels@nellis.af.mil. Offerors shall submit their quote (to include offer schedule pricing, reps & certs (current ORCA account acceptable), and one product sample of the polycotton enlisted showsuit and the fire-resistant officer showsuit (which are both specified in Attachment A) in person or by mail to the following address: 99 Contracting Squadron/LGCB Attn: TSgt Amy Daniels 5865 Swaab Blvd Bldg 588 Nellis AFB, NV 89191 Commercial: (702) 652-5358 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USAF/ACC/99CONS/SHOWSUITS--BPA/listing.html)
 
Place of Performance
Address: NELLIS AFB, NV LAS VEGAS, NV
Zip Code: 89191
Country: US
 
Record
SN01815815-F 20090515/090513233031 (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.