Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2016 FBO #5264
SOLICITATION NOTICE

84 -- AFOSI Agent Clothing BPA - Solicitation with Pictures

Notice Date
4/20/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315990 — Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division, AFDW/PK, 1500 W. Perimeter RD. Suite 5750, Joint Base Andrews, Maryland, 20762, United States
 
ZIP Code
20762
 
Solicitation Number
F1DT856014AW02
 
Archive Date
6/3/2016
 
Point of Contact
Hatasha T. Hanley, Phone: 2406126162, Sheliah, Phone: 2406126160
 
E-Mail Address
hatasha.t.hanley.civ@mail.mil, sheliah.j.mcdaniel.mil@mail.mil
(hatasha.t.hanley.civ@mail.mil, sheliah.j.mcdaniel.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation with Pictures This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. It is the Government's intent to award this requirement using FAR Subpart 13.5 procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Quotes shall reference F1DT856014AW02. This Request for Quote (RFQ) document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87, effective 7 March 2016. The associated NAICS code is 315990 with a small business size standard of 500 employees. The Government intends to award one firm fixed price Blanket Purchase Agreement (BPA) for one base year and three option years. The options may be exercised at the discretion of the Government. The contractor shall furnish all personnel, equipment, containers and transportation required to provide Agent Clothing in accordance with the terms and conditions herein. A BPA Call Order will be placed along with the BPA award. The quantities listed in this RFQ are for the initial order. The contractor shall propose a BPA Price List that identifies unit prices for all of the below Contract Line Item Numbers. In addition to the proposed BPA Price List, a separate quote shall be provided for the initial call order. Base Year (1 June 2016 - 31 May 2017) 0001 Raid Jacket (Qty: 48-initial order) 0002 Professional Polo AFOSI Messenger License Maintenance (Qty: 144-initial order) 0003 T-Shirt Security Forces Messenger License Maintenance (Qty: 96-initial order) Option Year One (1 June 2017 - 31 May 2018) 1001 Raid Jacket (Qty: TBD) 1002 Professional Polo AFOSI Messenger License Maintenance (Qty: TBD) 1003 T-Shirt Security Forces Messenger License Maintenance (Qty: TBD) Option Year Two (1 June 2018 - 31 May 2019) 2001 Raid Jacket (Qty: TBD) 2002 Professional Polo AFOSI Messenger License Maintenance (Qty: TBD) 2003 T-Shirt Security Forces Messenger License Maintenance (Qty: TBD) Option Year Three (1 June 2019 - 31 May 2020) 3001 Raid Jacket (Qty: TBD) 3002 Professional Polo AFOSI Messenger License Maintenance (Qty: TBD) 3003 T-Shirt Security Forces Messenger License Maintenance (Qty: TBD) Delivery Address: AFOSI Attn: Regina Beattie 1131 Chapel Crossing Rd Bldg. TH395 Glynco, GA 31524 The following Provisions and Clauses are applicable: a) 52.212-1 Instructions to Offerors - Commercial (Apr 2014) b) 52.212-2 Evaluation - Commercial Items (Oct 2014) • (a) Evaluation will be based on price and the ability to meet required Period of Performance c) 52.212-3 Offeror Representations and Certifications (Mar 2015). Please include a completed copy of 52.212-3 or complete at http://www.sam.gov d) 52.212-4 Contract Terms and Conditions - Commercial Items (May 2015) e) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial (Deviation 2013-O0019) (Jul 2014) f) 52.217- 8 Option to Extend Services (Nov 1999) • The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. g) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) • (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. • (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. • (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 4 years, 6 months. h) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) • This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil www.acquisition.gov/far i) 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 address(es): http://farsite.hill.af.mil www.acquisition.gov/far j) 52.252-5 Authorized Deviations in Provisions (Apr 1984) • (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. • (b) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. k) 52.252-6 Authorized Deviations in Clauses (Apr 1984) • (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. • (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement. (48 CFR 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. l) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015) m) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2015) n) 252.232-7003 Electronic Submission of Payment Requests for Receiving Reports (Jun 2012) o) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) • (1) Document type. The Contractor shall use the following document type(s). 2 IN 1 • (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. F1DT85 • (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC F87700 Issue By DoDAAC FA7014 Admin DoDAAC FA7014 Inspect By DoDAAC F1DT85 Ship To Code ____ Ship From Code ____ Mark For Code ____ Service Approver (DoDAAC) ____ Service Acceptor (DoDAAC) F1DT85 Accept at Other DoDAAC ____ LPO DoDAAC ____ DCAA Auditor DoDAAC ____ Other DoDAAC(s) ____ -------------------------------------------------------------------------------------------- • (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. kyle.smaagard.1@us.af.mil • (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Hatasha Hanley, 240-612-6162 p) 252.232-7010 Levies on Contract Payments (Dec 2006) q) 252.246-7000 Material Inspection and Receiving Report (Mar 2008) 5352.201-9101 OMBUDSMAN (Apr 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offers, potential offers, 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 interested 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, the interested party may contact the ombudsman, PRIMARY: AFDW/PK Director of Contracting Colonel D. Edward Keller, Jr. d.e.keller.mil@mail.mil 240-612-6111 ALTERNATES: AFDW/PK Civilian Deputy YOLANDA B. FELDER YOLANDA.B.FELDER.CIV@MAIL.MIL Phone: 240-612-6112 AFDW/PK Military Deputy LT. COL. LOUIS E. ORNDORFF LOUIS.E.ORNDORFF.MIL@MAIL.MIL Phone: 240-612-6113 Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431. (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. The Government will award a blanket purchase agreement and the first call/order to the responsible offeror whose quote conforming to this combined synopisi will be the most advantageous to the Government, price and other factors considered. Quotes are due by 4:00 p.m. ET, 19 May 2016. Questions concerning this solicitation shall be addressed in writing to hatasha.t.hanley.civ@mail.mil and Cc: the CO at sheliah.j.mcdaniel.mil@mail.mil submitted no later than 4:00 p.m. ET, 27 April 2016. Attachment: 1) Salient Characteristics 2) Pictures of the Jackets and Shirts Attachment 1: Salient Characteristics Raid Shirt: 100% cotton preshrunk (pique knit cotton). OSI emblem 1.43" x 3.5" on the right breast and the OSI printed badge 2.5" x 3.5" over the left breast. The words "POLICE" and "FEDERAL AGENT" should be centered across the back in two lines 4" by 12.5". The first line should be 2.5" high and the second line 1" high with.5" separation. Shirt should be a navy blue and lettering/emblems should be gold/yellow. Professional Polo Shirt: 100% cotton blue polo with three blue buttons. The OSI patch should be centered above the left breast in color and sewn into the shirt and approximately 3.5" x 3.5". Buttons need to be melamine or substitute material that won't burn, crack, or melt. Polo should include three buttons with a flexible collar and short sleeves. Previous purchase was a 5.11 Tactical Series Professional Polo. Raid Jacket: Jacket with 100% polyester shell and 100% nylon lining. Jacket requires two hand pockets with zippers to close. Jacket requires two pockets (one over each breast) that can hide an identifying placard with a zipper enclosure and flap. Velcro to attach identifying placard needs to be.5" x 4" and the pocket needs to be able to conceal a placard of 5.5" x 5". A larger pocket similar to the front pockets needs to have a velcro strip of.5" x 12" and the pocket needs to be able to conceal a placard of 12" x 9". Previous purchase was a 5.11 Tactical Series Response Jacket. Jacket is Navy Blue. Front 'OSI' Placard: 5.5" x 5" navy or black placard with a velcro strip.5" x 4" across the top. Placard should have "OSI" printed in gold/yellow and centered 1.5" x 3.75" Front Badge Placard: 5.5" x 5" navy or black placard with a velcro strip.5" x 4" across the top. Placard should have the OSI badge sewn in in gold/yellow and centered 3.25" x 2.5" Back placard: 12" x 9" navy or black placard with a velcro strip.5" x 12" across the top. Placard should have "POLICE" and "FEDERAL AGENT" centered with the top line 2.75" x 10.5" and the second line 10.25" x 1" and a separation of.25" between the lines. Lettering should be gold/yellow print. Attached photographs demo the existing clothing as an example of the requirements. Attachment 2: Pictures
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/F1DT856014AW02/listing.html)
 
Place of Performance
Address: AFOSI, Attn: Regina Beattie, 1131 Chapel Crossing Rd, Bldg. TH395, Glynco, Georgia, 31524, United States
Zip Code: 31524
 
Record
SN04090609-W 20160422/160420234921-a55819fcc1b134e3364f2978c5bbab6f (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.