SOURCES SOUGHT
S -- US Air Force Academy Cadet Tailor Shop - Atch 1 - Atch 2
- Notice Date
- 12/15/2016
- Notice Type
- Sources Sought
- NAICS
- 811490
— Other Personal and Household Goods Repair and Maintenance
- 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
- FA7000-17-R-0013
- Archive Date
- 2/1/2017
- Point of Contact
- Shaun M. Bright, Phone: 719-333-3600, Diana Myles-South, Phone: 719-333-8650
- E-Mail Address
-
shaun.bright@us.af.mil, Diana.South@us.af.mil
(shaun.bright@us.af.mil, Diana.South@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Current CBA Performance Work Statement This announcement serves as a Sources Sought Synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10 for an upcoming acquisition at the United States Air Force Academy (USAFA). This sources sought is issued solely for information and planning purposes and does not constitute a solicitation. DO NOT submit a quote or proposal in response to this synopsis. For the purpose of this acquisition, the North American Industry Classification System Code (NAICS) is 811490 and the size standard is $7,500,000. The purpose of this notice is to identify businesses capable of performing non-personal services to operate the Cadet Tailor Shop at USAFA. All businesses capable of providing this service are invited to respond. Interested small business vendors must reference their 8(a), HUB Zone, Women-owned, or Service Disabled Veteran status, if applicable. This must be signed by a company officer with authority to bind the company. Synopsis : The contractor shall be responsible for all cadet uniform tailoring and repairing required by the Government for USAFA cadets and exchange students. Tasks may include alterations, fitting, maintenance and repairs, direct embroidery, making of nametags and nameplates as directed by the Performance Work Statement (PWS) (see attachment 1) and the Contracting Officer. In addition, the contractor shall provide other services as specified in the PWS including, but not limited to, fitting/measuring, marking, altering, pressing, repairing, issuing and completing special projects concerning cadet activities. The contractor shall provide prompt courteous service for cadets at all counters and in the fitting areas during operational hours. Contractor shall furnish all personnel, supplies, equipment, tools, materials, supervision, other items and services necessary to perform alterations and maintenance of cadet uniforms as defined in the PWS except as specified in Appendix 3 to the PWS - Government Furnished Supplies and Equipment. The contractor is required to follow the regulations specified in Appendix 2 of the PWS – Government Specifications. The incumbent contractor’s employees are covered by a Collective Bargaining Agreement (CBA) with the Service Employees International Union (SEIU), Rocky Mountain Joint Board, Local 1110. Place of performance : Sijan Hall, Building 2348,USAF Academy, Colorado Springs, CO 80840 The proposed contract is anticipated to be a Firm-Fixed Price contract with a base period of one year with up to four option years. All potential offerors are reminded, in accordance with FAR 52.212-4(t)(4), System for Award Management, lack of registration in the System for Award Management (SAM) will make an offeror ineligible for contract award. Offerors and Contractors may obtain information on registration and annual confirmation requirements via SAM accessed through http://www.sam.gov. Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary. The Government will not pay for any information submitted in response to this sources sought synopsis. If you are a potential source interested in participating in this procurement, please submit a written response with your capability statement on letterhead to one the following: Mail : 10 CONS/LGCB, Attn: Diana South and Shaun Bright, 8110 Industrial Dr., Suite 200, USAF Academy, CO 80840-2315 -or- E-mail : shaun.bright@us.af.mil and diana.south@us.af.mil Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary and the Government does not intend to pay for any information provided under this synopsis. Written responses will not be returned. If your are not interested in supplying this service, no response is necessary. Responses should also include the following: 1. Three (3) past performance references with a point of contact, contract number, and telephone number. 2. Company name, mailing address, cage code, DUNS number, point of contact, telephone number and email address. 3. Business size status, e.g., 8(a), HUBZone, Woman Owned Small Business, Veteran-Owned or Service Disabled Veteran-Owned Small Business, large business, etc. 4. Appropriate written information and/or data supporting your capability to provide this service. 5. Answers to the following questions: a. How long have you been in business? b. Have you provided these services (managing a tailor shop) in the past? c. What is your business arrangement in the commercial industry? d. What is the present size of your facility? How many employees do you have? e. Do you have a quality control plan in place? f. Are you familiar with the Service Employees International Union (SEIU)? g. Are the employees in your company covered under a CBA? If so, do you have a Strike Plan? h. Have you ever performed Government contracts? i. What are your payment/discount terms? j. What would you consider “risk” on the contractor’s part for this acquisition? k. What is your process for alterations? l. What is your typical lead-time to finish an alteration on a garment? m. Do you have experience with embroidering items? Do you have the capability to make name tags? n. Do you provide any other services in your operation of a tailor shop? o. Can you price out the contract for a base year and four options years? p. If you require different terms and conditions than those normally used by the Government, what are your commercial terms and conditions? Please feel free to provide a copy of your terms and conditions for this type of work. q. What is your estimated cost for this requirement? You will not be held to this price, it is only for market research purposes. This notice is designed to locate responsible sources that have an interest, and have the ability to operate the Cadet Tailor Shop at the USAF Academy. If your organization is capable and qualified to provide these services, send the required response in writing to the primary point of contact indicated within this announcement. Responses are due no later than 17 January 2017, 10:00 a.m. MDT. Questions and responses should be addressed to the primary contact, Shaun Bright, Contracting Specialist, 719-333-3600 or shaun.bright@us.af.mil or the alternate point of contact, Diana Myles-South, Contracting Officer, 719-333-8650 or diana.south@us.af.mil. AFFARS 5352.201-9101 OMBUDSMAN (JUN 2016) (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 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 Center/MAJCOM/DRU or AFISRA ombudsmen, James Anderson 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: james.anderson@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA 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) 256-2397, 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. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-17-R-0013/listing.html)
- Place of Performance
- Address: Sijan Hall, Building 2348, USAF Academy, Colorado, United States
- Record
- SN04353010-W 20161217/161215234629-722930b652286a118ad18528dfbc5b4c (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 |