Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2011 FBO #3667
SOLICITATION NOTICE

84 -- Socks

Notice Date
12/7/2011
 
Notice Type
Presolicitation
 
NAICS
315119 — Other Hosiery and Sock Mills
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-12-T-0016
 
Archive Date
1/19/2012
 
Point of Contact
Diana G. Myles-South, Phone: 7193338650, Londres Medranda, Phone: 719-333-8927
 
E-Mail Address
diana.myles-south@usafa.af.mil, londres.medranda@usafa.af.mil
(diana.myles-south@usafa.af.mil, londres.medranda@usafa.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Pre-Solicitation notice only for the manufacturing of socks. The solicitation will follow in a few days and posted on FedBizOpps. Salient Characteristics are as follows: Socks, Boot: Description - Over the calf style, made from synthetic yarns for wicking moisture away from skin, spandex yarns for calf and arch support, increased loft in toe and heel area for cushioning and blister prevention, nylon exterior yarn for durability, and antimicrobial silver yarn technology in foot area for odor and bacteria reduction. Color: Sage Green Socks, Physical Training: Description - Crew style, made from synthetic yarns for wicking moisture away from skin, spandex yarns for arch support, increased loft in toe and heel area for cushioning and blister prevention, nylon yarn exterior for durability, and antimicrobial silver yarn technology in foot area for odor and bacteria reduction. Color: White Socks, Ankle Description – Ankle-Ankle Length, made from synthetic yarns for wicking moisture away from skin. Spandex yarns for arch support, increased loft in toe and heel area for cushing and blister prevention, nylon yarn exterior for durability and antimicrobial silver yard technology in foot area for odor and bacerial reduction. Color: White Socks, Dress: Description - Calf length made from synthetic yarns for wicking moisture from skin, nylon exterior yarns for durability, also with added yarn density in the heel and toe area for cushioning and blister prevention. Color: Black Sock, Ski: Description - Over the calf style, made from synthetic or synthetic/wool blended yarns for wicking moisture away from skin, spandex yarns for calf and arch support, increased loft throughout the sock for cushioning and blister prevention and added warmth, nylon exterior yarn for durability. Color: White The quantities and sizes are as follows: CLIN 0001 Medium sock kits- 235 Large sock kits- 450 X-Large sock kits- 175 Total- 860 kits CLIN 0002 Ankle socks, Medium 200 pair Ankle socks, Large 1700 pair Ankle socks, X-Large 500 pair Total- 2,400 pair CLIN0003 Large boot sock: 950 pair Color: Sage Green Total – 950 pair *Each kit consists of the following: 16 pair sage green boot socks, 6 pair of black dress socks, 1 pair of ski socks, 5 pair of white crew socks, 5 pair of white ankle The kits must be packed into a 12-1/2’’ X 14-1/2’’ X 16-1/2’’ box. All items and components must be made and manufactured in accordance with DFARS 252-225-7001 It is the Government’s intent to issue a Request for Proposal, FA7000-12-T-0016 in support of awarding a Firm-Fixed Price purchase order. Delivery is no later than 30 April 2012. This is a 100% small business set-aside. The North American Industry Classification System Code (NAICS) is 315119 and the small business size standard is 500 employees. It is anticipated the solicitation will be issued electronically on or about 12 December 2011 and 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 using FAR Part 12 & 13 (all or none basis) 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: a. Meeting Salient Characteristics (Pass/Fail) b. Price 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: kim.diercks@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 Diana Myles-South at 719-333-8650 or Londres Medranda at (719) 333-8927 or e-mail at diana.myles-south@usafa.af.mil or londres.medranda@usafa.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-12-T-0016/listing.html)
 
Place of Performance
Address: USAF Academy, CO, USAF Acade,y, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN02634787-W 20111209/111207234125-e8e1e20419328433731b1ed456ec8f6e (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.