Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2009 FBO #2947
MODIFICATION

84 -- ABU boots

Notice Date
12/17/2009
 
Notice Type
Modification/Amendment
 
NAICS
316213 — Men's Footwear (except Athletic) 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
FA7000-10-R-0015
 
Archive Date
1/2/2010
 
Point of Contact
Nathan Pauly, Phone: 719-333-3948, Diana South, Phone: 719-333-8650
 
E-Mail Address
nathan.pauly@usafa.af.mil, Diana.Myles-South@usafa.af.mil
(nathan.pauly@usafa.af.mil, Diana.Myles-South@usafa.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Pre-Solicitation notice for the manufacturing of ABU boots. The requirement is for an ABU Boot manufactured to meet the specifications in 77AESG-06-01 and 77AESG-06-03 obtained from Wright Patterson. Vendors must be certified with Wright Patterson in order to be considered. Certification is issued from Department of the Air Force by 648 AESS/TAC, Bldg 63 Area, B 1901 10th Street, Wright Patterson AFB OH 45433-7605. POC: Gina Rice at (937) 255-6073. The Berry Amendment and Buy American Act, both apply to this acquisition. The proposed acquisition will consist of a base with one option year. Line items are as follows: Base Year: Line item 0001: (Estimated) 2,036 pair ABU Combat Boot, men's, in accordance with specifications 77AESG-06-01 dated 10 Jul 2008. Line item 0002: (Estimated) 318 pair ABU Combat Boot, women's, in accordance with specifications 77AESG-06-03 dated 10 Jul 2008. Total: (Est.) 2,354 Option Year 1: Line item 0001: (Estimated) 2,036 pair ABU Combat Boot, men's, in accordance with specifications 77AESG-06-01 dated 10 Jul 2008. Line item 0002: (Estimated) 318 pair ABU Combat Boot, women's, in accordance with specifications 77AESG-06-03 dated 10 Jul 2008. Total: (Est.) 2,354 The resulting contract awarded from issuance of the solicitation and evaluation of offers assigns a minimum guarantee of $140,000 for the life of the contract. The maximum ordering limit is $650,000 for the life of the contract. List of sizes and quantities will be provided in solicitation. It is the government's intent to issue a Request for Proposal, FA7000-10-R-0015 in support of awarding a Firm-Fixed Price Indefinite Delivery Indefinite Quantity contract. Delivery is no later than 20 Mar 2010. This requirement will be unrestricted. The North American Industry Classification System Code (NAICS) is 316213 and the small business size standard is 500 employees. It is anticipated the solicitation will be issued electronically on or about 22 Dec 2010 on the Federal Business Opportunitities (FBO) web page at http://www/fbo.gov. Due date for receipt of proposal will be indicated in the solicitation document when it is released. Once the solicitation is posted on FBO, it is incumbent upon the interested parties to review this site frequently for any updates or amendments. It should be noted that paper copies of documents will not be provided. Offerors must be registered with Central Contractor Registration (CCR) or may be not be considered for award. Registration can be accomplished at http://www.ccr.gov. As of 1 Jan 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitation as part of the proposal submission process. Representation and Certification are to be accomplished in the database at httpps://orca.bpn.gov/. Registration requires applicants to have a DUNS number from Dun and Bradstreet and can be obtained at www.dnb.com. The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose offer conforming to the solicitation will be most advantageous to the government. The following factors shall be used to evaluate proposals: 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 Wright Patterson at the lowest price. Initially, offerors who pass the certification 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. When applicable, the price evaluation adjustment for HUB Zone small business concerns will be applied in accordance with FAR 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns, to arrive at an evaluated price. The Government intends to evaluate offers and make an 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. 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 719-333-2379 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) The primary point of contact is Nathan Pauly at (719) 333-3948 or e-mail at nathan.pauly@usafa.af.mil or alternate Diana South (719) 333-8650 diana.myles-south@usafa.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-10-R-0015/listing.html)
 
Place of Performance
Address: CADET STORE OFFICER - FX7000, 10MSG/LGRI, MITCHELL HALL ANNEX, BLDG 2351, USAF ACADEMY CO 80840, United State Air Force Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN02026078-W 20091219/091217234531-3e4ed93a91330132e547dc38b8ba17fb (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.