Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2012 FBO #3933
SOLICITATION NOTICE

84 -- Flight Attendant Overcoats - Brand Name Letter

Notice Date
8/29/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315999 — Other Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1500 West Perimeter Rd, Suite 2780, Andrews AFB, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
FA2860-12-T-0126
 
Archive Date
9/21/2012
 
Point of Contact
Wonita Johnson, Phone: 240-612-5667
 
E-Mail Address
wonita.johnson@afncr.af.mil
(wonita.johnson@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Flight Attendant Overcoats Brand Name Letter This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number FA2860-12-T-0126 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. All responsible sources may submit an offer to be considered by the agency. This is an unfunded requirement. Funds are presently not available for this contract. No legal liability on the part of the Government may arise until funds are made available. No award will be made until funds become available. All submitted quotes must be valid through 12:00AM, 1 October 2012. This requirement is a 100% small-business set-aside. The North American Industry Classification System (NAICS) code is 315999 "Other Apparel Accessories and Other Apparel Manufacturing", and the business size standard is 500 employees. The Government will award a firm fixed price contract for the requested equipment for Joint Base Andrews. The following items are being procured: CLIN DESCRIPTION This is a brand name procurement. (See attached Brand Name Justification Letter) 0001: Flight Attendant Overcoats (Women Small), Women's Anne Klein, Style #: 3220226em, COLOR: Black, 20% Cashmere/ 80% Wool; QTY: 9 each, UNIT PRICE: tiny_mce_marker__________, EXTENDED AMOUNT: tiny_mce_marker__________ 0002: Flight Attendant Overcoats (Women Medium), Women's Anne Klein, Style #: 3220226em, COLOR: Black, 20% Cashmere/ 80% Wool; QTY: 44 each, UNIT PRICE: tiny_mce_marker__________, EXTENDED AMOUNT: tiny_mce_marker__________ 0003: Flight Attendant Overcoats (Women Large), Women's Anne Klein, Style #: 3220226em, COLOR: Black, 20% Cashmere/ 80% Wool; QTY: 23 each, UNIT PRICE: tiny_mce_marker__________, EXTENDED AMOUNT: tiny_mce_marker__________ 0004: Flight Attendant Overcoats (Women XL), Women's Anne Klein, Style #: 3220226em, COLOR: Black, 20% Cashmere/ 80% Wool; QTY: 2 each, UNIT PRICE: tiny_mce_marker__________, EXTENDED AMOUNT: tiny_mce_marker__________ 0005: Flight Attendant Overcoats (Men Size 34), Men's London Fog Carnaby Wool Blend Single Breasted Front Top Coat, Style #: L19191, COLOR: Black; QTY: 1 each, UNIT PRICE: tiny_mce_marker__________, EXTENDED AMOUNT: tiny_mce_marker__________ 0006: Flight Attendant Overcoats (Men Size 36), Men's London Fog Carnaby Wool Blend Single Breasted Front Top Coat, Style #: L19191, COLOR: Black; QTY: 1 each, UNIT PRICE: tiny_mce_marker__________, EXTENDED AMOUNT: tiny_mce_marker__________ 0007: Flight Attendant Overcoats (Men Size 38), Men's London Fog Carnaby Wool Blend Single Breasted Front Top Coat, Style #: L19191, COLOR: Black; QTY: 1 each, UNIT PRICE: tiny_mce_marker__________, EXTENDED AMOUNT: tiny_mce_marker__________ 0008: Flight Attendant Overcoats (Men Size 40), Men's London Fog Carnaby Wool Blend Single Breasted Front Top Coat, Style #: L19191, COLOR: Black; QTY: 8 each, UNIT PRICE: tiny_mce_marker__________, EXTENDED AMOUNT: tiny_mce_marker__________ 0009: Flight Attendant Overcoats (Men Size 42), Men's London Fog Carnaby Wool Blend Single Breasted Front Top Coat, Style #: L19191, COLOR: Black; QTY: 22 each, UNIT PRICE: tiny_mce_marker__________, EXTENDED AMOUNT: tiny_mce_marker__________ 0010: Flight Attendant Overcoats (Men Size 44), Men's London Fog Carnaby Wool Blend Single Breasted Front Top Coat, Style #: L19191, COLOR: Black; QTY: 16 each, UNIT PRICE: tiny_mce_marker__________, EXTENDED AMOUNT: tiny_mce_marker__________ 0011: Flight Attendant Overcoats (Men Size 46), Men's London Fog Carnaby Wool Blend Single Breasted Front Top Coat, Style #: L19191, COLOR: Black; QTY: 3 each, UNIT PRICE: tiny_mce_marker__________, EXTENDED AMOUNT: tiny_mce_marker__________ 0012: Shipping Cost; QTY: 1 Lump sum, EXTENDED AMOUNT: tiny_mce_marker___________ DELIVERY INFORMATION FOB: Destination Delivery date: 30 days after date of contract. Delivery address: 1417 Menoher Drive suite 105, Joint Base Andrews, MD 20762 Delivery POC: TSgt Bret Baker 301-981-3100 Bret.Baker@afncr.af.mil Contractor must provide an affirmative statement of their ability to meet the delivery requirement of 30 days after date of contract. CLAUSES & PROVISIONS It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable: 52.212-2 - Evaluation - Commercial Items (Jan 1999). EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a "Lowest Price Technically Acceptable" (LPTA) determination. An award will be made to the lowest evaluated offer that is technically acceptable. The government may communicate with an offeror in order to clarify or verify information submitted in their offer. Partial quotes or quotes without specifications will NOT be accepted. Non-conformance with this requirement may result in the offeors being determined unacceptable. Only one (1) award will be made as a result of this combined synopsis/solicitation. All offerors should timely notify the government of any changes in inventory and market availability that may preclude or delay performance of the delivery schedule and any other terms and conditions stated herein. The government intends to make award to the responsive firm without discussions; however, the Government reserves the right to conduct discussions if deemed to be in its best interest. 52.212-3 - Offerors Representations and Certifications - Commercial Items (Apr 2012). All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil or from http://www.sam.gov if registered in ORCA (On-line Representations and Certifications Application). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. Vendors must be registered in the Central Contractor Registration (CRR) database to be eligible for an award. 52.214-31 - Facsimile Bids (Dec 1989) 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). 52.252-5-Authorized Deviations in Provisions The following clauses are applicable: 52.203-3 - Gratuities (Apr 1984) 52.204-7 - Central Contractor Registration (Feb 2012) 52.204-9 - Personal Identity Verification of Contractor Personnel (Jan 2011) 52.209-6 - Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2012) 52.212-4 - Contract Terms and Conditions - Commercial Items (June 2010) 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011) (DEVIATION) The following additional clauses cited in the 52.212-5 (DEVIATION) are applicable to this acquisition: 52.222-26 - Equal Opportunity (May 2007); 52.222-36 - Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-50 - Combating Trafficking in Persons (Feb 2009) 52.219-6 - Notice to Total Small Business Set Aside (June 2003) 52.222-3 - Convict Labor (Jun 2003) 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Jul 2010) 52.222-21 - Prohibition of Segregated Facilities (Feb 1999) 52.222-22 - Previous Contracts and Compliance Reports (Feb 1999) 52.222-25 - Affirmative Action Compliance (Apr 1984) 52.223-3 - Hazardous Material Identification and Material Safety Data (Jan 1997) 52.223-5 - Pollution Prevention and Right-to-Know Information (May 2011) 52.223-6 - Drug Free Workplace (May 2001) 52.225-13 - Restrictions on Certain Foreign Purchases (June 2008) 52.232-18 - Availability of Funds (1984) 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) 52.242-17 - Government Delay of Work (Apr 1984) 52.247-34 - F.O.B. Destination (Nov 1991) 52.252-2 - Clauses Incorporated by Reference (Feb 1998) 52.252-6 - Authorized Deviations in Clauses (Feb 1998) 52.253-1 - Computer Generated Forms (Jan 1991) 252.203-7002- Requirement to Inform Employees of Whistleblower Rights (Jan 2009) 252.204-7003 - Control of Government Personnel Work Product (Apr 1992) 252.204-7004 - Alternative A, Central Contractor Registration (Sep 2007) 252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2011) (DEVIATIONS) 252.225-7001 - Buy American Act and Balance of Payments Program (Jan 2009) 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.232-7010 - Levies on Contract Payments (Dec 2006) 252.243-7001 - Pricing of Contract Modifications (Dec 1991) 252.246-7000 - Material Inspection and Receiving Report (Mar 2008) 5352.242-9000 - Contractor Access to Air Force Installations (Aug 2007) 5352.201-9101 - Ombudsman (Apr 2010): (c), Colonel Timothy Applegate, AFDW/PK 1500 W. Perimeter Drive, Suite 5750, Joint Base Andrews, NAF MD 20762, Phone# 240-612-6111 The following local clauses apply to this acquisition: 11CONS-004 - Environmental Compliance 11CONS-010 - WAWF Instructions 11 CONS-204-99-System for Awards Management (August 2012) (Deviation) QUOTES: All quotes must be sent via email to Wonita.Johnson@afncr.af.mil, or via facsimile at 240-612-2176. Questions shall be submitted no later than 12:00PM EST, 05 September 2012. Quotes shall be submitted no later than 12:00PM EST, 12 September 2012. An official authorized to bind your company shall sign and date the quote. Contracting Office Address: 1500 West Perimeter Rd Suite 2780 Joint Base Andrews, MD 20762
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA2860-12-T-0126/listing.html)
 
Place of Performance
Address: 1417 Menoher Drive room 105, Andrews, AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02860093-W 20120831/120829235548-bf5c82ee4da19af4ca07f3e9054fd765 (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.