Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2018 FBO #6120
SOLICITATION NOTICE

84 -- Kraken Costume - PWS - Request for Quote - Artwork

Notice Date
8/24/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315210 — Cut and Sew Apparel Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
FA4418-18-Q-0103
 
Archive Date
9/21/2018
 
Point of Contact
Matthew Kennedy, Phone: 8439634502, Laurie Ann Richman, Phone: 843-963-3337
 
E-Mail Address
matthew.kennedy.24@us.af.mil, laurie.richman@us.af.mil
(matthew.kennedy.24@us.af.mil, laurie.richman@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Artwork Request for Quote Performance Work Statement COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS (i) 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. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) The synopsis/solicitation reference number is FA4418-18-Q-0103 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100 effective 22 August 2018. (iv) This acquisition is 100% set-aside for small businesses under NAICS code 315210 with a size standard of 750 Employees. (v) Contractor shall submit a quote to desgin and provide one (1) Kraken Costume IAW the Performance Work Statement (PWS) dated 24 August 2018 for 628 FSS, Joint Base Charleston-Air Base, South Carolina. The RFQ format is attached to this combination synopsis/solicitation that will be used to submit quotes. All responsible sources may submit a quote, which shall be considered. See Attachments for submittal of a Quotation: 1. Request for Quotation (RFQ) 2. Performance Work Statement (PWS) 3. Artwork (vi) Production Timeline not to exceed 12 weeks. FOB: Destination. (vii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors - Commercial Items. (vii) FAR 52.212-2, Evaluation - Commercial Items. The Government seeks to purchase a mascot costume that "most closely" resembles provided artwork. The following factors shall be used to evaluate offers in the following relative order of importance: 1. Price. The Government will evaluate the total price of the offer for award purposes. 2. Technical. Technical capability of the item offered to meet the Government requirement in specifications (see RFQ). 3. A subjective evaluation of the submitted mascot costume artwork will be performed. The Government reserves the right to award to other than the low offer. (ix) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov (x) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition. • FAR 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations • FAR 52.211-17, Delivery of Excess Quantities • FAR 52.222-21 -- Prohibition of Segregated Facilities. • FAR 52.222-50 -- Combating Trafficking in Persons. • FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. • FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (xiii) The following additional clauses are applicable to this procurement. • FAR 52.204-7, System for Award Management • FAR 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.219-28, Post Award Small Business Representation • FAR 52.225-13, Restrictions on Certain Foreign Purchases • FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) • FAR 52.233-3 -- Protest After Award • FAR 52.253-1 Computer Generated Forms • DFARS 252.204-7004, Alternate A. System for Award Management • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) • DFARS 252.246-7000, Material Inspection And Receiving Report AFFARS 5352.201-9101 Ombudsman (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, the interested party may contact the ombudsmen, Ms. Susan Madison, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, 618-229-0267, fax 618-256-6668, email: susan.madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman levels, 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 (End of clause) (xiii) Response to this combined synopsis/solicitation must be received via email, by 06 September 2018, no later than 2:00 PM EST. Requests should be marked with solicitation number FA4418-18-Q-0103. (xiv) Address questions to A1C Matthew Kennedy, Contract Specialist, at (843) 963-4502, email: matthew.kennedy.24@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar). Also see: http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-18-Q-0103/listing.html)
 
Place of Performance
Address: Joint Base Charleston--Air Base, Charleston AFB, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN05056261-W 20180826/180824231735-eee2056849579fb891d83f3b91ae4af4 (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.