Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2019 SAM #6579
SOLICITATION NOTICE

83 -- Laundry Bags

Notice Date
12/2/2019 5:39:57 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314910 — Textile Bag and Canvas Mills
 
Contracting Office
FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
 
ZIP Code
80840-2303
 
Solicitation Number
FA700020Q0011
 
Response Due
12/30/2020 3:00:00 PM
 
Archive Date
01/14/2021
 
Point of Contact
Rebecca Myers, Phone: 7193338650, Terrie J Wolski, Phone: 7193338930
 
E-Mail Address
rebecca.myers.3@us.af.mil, terrie.wolski@us.af.mil
(rebecca.myers.3@us.af.mil, terrie.wolski@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/SolicitationIAW FAR 12.603This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotations (RFQ) under solicitation nunumber FA700020Q0011 in accordance with Federal Acquisition Regulation (FAR) 16.505, FAR part 12, and 13. The associated North American Industry Classification System (NAICS) is 314910, the Product Service Code (PSC) is 8305. This acquisition is small business set aside. All responsible sources may submit a quote, which if received timely, will be considered by the 10th Contracting Squadron, USAF Academy (USAFA). This is a base plus four option years acquisition.The Government bears no legal liability for the costs associated with preparing a quote. Vendors should not submit a quote unless they are willing to absorb all costs associated with submitting a quote. The Government will not consider any quotes that contain used, reconditioned, refurbished, gray market, or liquidated stock.Before submitting a quote, please read the instructions in the addenda to FAR 52.212-1 listed below. It is the quoter’s responsibility to ensure their quote meets all the requirements identified herein.I. DESCRIPTION OF REQUIREMENTSThe United States Air Force Academy (USAFA) has a requirement for various styles and sizes pf laundry bags for the cadets. This will be a base plus four option years acquisition, pricing for all option years must be included. First articles are only required for the base year. Amounts required for each year are expected to vary, provided are the averages from the last four years. The contract line item (CLIN) structure is provided below. Line Item 0001: Bag, Mesh, White, Large (annual average: 3713 each)Line Item 0002: Bag, Mesh, White, Fine, Women’s (annual average: 350 each)Line Item 0003: Bag, Pre-pack, White, Men’s (annual average: 788 each)Line Item 0004: Bag, Pre-Pack, Blue, Women’s (annual average: 323 each)Line Item 0005: First Article- Bag, Mesh, White, LargeLine Item 0006: First Article- Bag, Mesh, White, Fine, Women’sLine Item 0007: First Article- Bag, Pre-pack, White, Men’sLine Item 0008: First Article- Bag, Pre-Pack, Blue, Women’sNote: IUID labeling will not be required.It is USAFA’s preference/intent to acquire only domestic end products per the Buy American Statute (41 USC Chapter 83), except as provided in FAR 25.103. Foreign offers will be evaluated per DFARS 225.502 when comparing domestic and foreign offers. This requirement is for commercial items therefore, the manufacturing country of origin will determine if the quoted product is foreign or domestic. The Buy American - Balance of Payments Program Certificate (DFARS 252.225-7000) must be completed and submitted with the quote; this provision is included in attachment #1 of this solicitation.Delivery: Delivery must be F.O.B Destination to U.S. Air Force Academy, CO 80840. Any applicable shipping costs must be factored into the unit price(s) of the line item(s). Do not include a separate line item for shipping chargesInspection/Acceptance: The Government will inspect and accept supplies at the Government’s location, U.S. Air Force Academy, CO 80840. Payment on invoices cannot be made until the Government has accepted the supplies.II. SOLICITATION INSTRUCTIONS1. In all instances throughout this solicitation, to include the applicable provisions and clauses, any use of the word "proposal" should be understood as "quote". All instances of the word "offeror" should be understood as "quoter". All instances of the word "award" should be understood as "purchase order". 2. The provision at FAR 52.212-1, Instructions to Offerors—Commercial (Oct 2018), and the addenda listed below applies to this acquisition. ADDENDA TO FAR 52.212-1:a. Submission of offers. FAR 52.212-1(b) is amended to include the following: Submit signed and dated quotes via e-mail or fax to: 10th Contracting Squadron 10 CONS/PKB, Attn: REBECCA MYERS 8110 Industrial Drive, Suite 200 USAF Academy, CO 80840-2315. Email address is rebecca.myers.3@us.af.mil Phone number is (719) 333-8650 Alternate contact: Attn: TERRIE WOLSKI Email address is terrie.wolski@us.af.mil Phone number is (719) 333-8930 (2) Quotes must be submitted by 30 DEC 2019, 4:00 p.m. Mountain Standard Time.b. Late submissions. FAR 52.212-1(f) is amended as follows: (1) Offerors are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotations are due.(2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before award is made and the contracting officer determines that accepting the late quotation would not unduly delay the acquisition.(3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.c. Multiple awards. FAR 52.212-1(h) is amended as follows: “The Government will award a contract on an “all, some, or none” basis, multiple awards shall not be contemplated.”d. Formal communications. Requests for clarification and information concerning the solicitation must be provided in writing no later than 5 days prior to closing. Questions may be emailed to the point of contact listed above in section II, paragraph 2a. All correspondence should reference the solicitation number.e. Quotation preparation instructions:(1) General Instructions. The offeror shall submit their quote on company letterhead to include the following: solicitation number, contact name, address, e-mail, and telephone number of the offeror, CAGE code, DUNS number, size of business, and warranty information. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote.(2) Specific Instructions. Quotes shall consist of three parts, as identified below.(a) PRICE QUOTATION. Submit the price quote in accordance with the line item structure listed in this solicitation. Price quotes must be firm-fixed price. Price quotes must include unit prices and extended amounts for each line item (i.e., multiply the unit price and quantity for each line item). Include the total price (i.e., sum of all extended amounts) in the price quote. Include delivery terms and schedule, any discounts, and payment terms (e.g., Net 30) with the price quote. The quoter shall hold the prices in its quote firm for 30 calendar days after the deadline for submission of quotes and shall include a statement in the quote confirming the quote's validity for 30 calendar days.(b) DESCRIPTIVE LITERATURE. In order for products to be considered by the Government, they must meet the salient physical, functional, or performance characteristics specified in this solicitation. Clearly identify brand name and model number. Include products’ descriptive literature, such as illustrations, specification sheets, or product brochures that clearly identify that the product meets the Government’s requirements.(c) CONTRACT DOCUMENTATION.(i)Quoters are required to be registered in the System of Award Management (SAM) (https://www.sam.gov) at the time the quotation is submitted in order to comply with the annual representations and certifications requirements. Quoters that are not registered in SAM at the time the quotation is submitted will not be considered.(ii) Quotes must include a completed copy of the following provisions that require fill-in text (listed in attachment #1 of this solicitation): FAR 52.212-3 (“The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision”).(iii) If applicable, provide a written statement that the quote incorporates all amendments to the solicitation.3. The provision at FAR 52.212-2, Evaluation—Commercial Items (Oct 2014), and the addenda listed below applies to this acquisition. The evaluation factors to be included in paragraph (a) of this provision are Solicitation Requirements, Technical Information and PriceADDENDA TO FAR 52.212-2:BASIS FOR OFFER. This is a competitive acquisition in accordance with FAR part 12 and part 13. The Government will submit an offer in the form of a purchase order to the quoter that represents the best value to the Government. Quotes will be evaluated as described below. Solicitation Requirements. All quotes submitted will be reviewed for completeness to determine if they contain all information requested in the addenda to FAR 52.212-1. Quotes that are incomplete or missing information may be considered non-responsive and excluded from the evaluation. Technical Evaluation. The evaluation team will review the descriptive literature to determine if quoted products meet the salient characteristics identified in this solicitation. The technical information will be evaluated on a pass/fail basis. Price Evaluation. The total evaluated price will be determined by adding together the extended amounts quoted for each line item. The extended amounts will be confirmed by multiplying each line item quantity by the quoted unit price. If there is a conflict between the quoted unit prices and extended amounts, the unit price shall be used to determine the total evaluated price. Any discounts identified in the quote will be included in the evaluation of the total evaluated price. No advantage will accrue to a vendor who submits a quote for an unreasonably low price. The lowest price quote may not necessarily be selected. Failure to propose for any line item may cause the vendor’s quote may be considered non-responsive and excluded from the evaluation. The price evaluation will document the reasonableness of the quoted price.4. The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Items (Oct 2018), and the addenda listed below applies to this acquisition.ADDENDA TO FAR 52.212-4: Text in paragraph (c) is deleted and replaced with the following:(c) Changes. Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, etc. authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting Officer (for a complete list of changes that may be made unilaterally, see FAR 43.103(b)).Explanatory Note1. Packaging and Marking:a. Preservation and packaging shall be in accordance with standard commercial practice.b. Boxes shall be marked to indicate the contract number, item number quantity, commodity, nomenclature, name of the contractor and "Mark For: FX7000.” The boxes within each shipment shall be marked as to the quantity shipped (1 of 5, 2 of 5, etc).c. A bar code label must be attached to each garment, plus on each shipping carton. The bar code must have stock number, description, and quantity.d. Packing Lists. A packing list shall be placed within box 1 of all shipments under this contract. The packing list shall clearly identify the total contents of the shipment, and shall break down the contents of each numbered box.2. Labels:a. A removable paper ticket of commercial quality, reflecting the Cadet Store stock number, size, and a brief description in either code 39 or UPC bar code format shall be affixed to each bag as identified within the applicable specification therein. If it should become necessary to mix sizes in a shipping carton, a bar code label for each size included shall be affixed to that shipping carton.3. Inspection:a. Inspection of all items will be in accordance with ANSI standards, see www.ansi.org for additional information.Links for Federal and Military specs and standards: No Log In - http://assistdocs.com/search/search_basic.cfm Log In - http://assist.daps.dla.mil/online/start/ Additional link - http://apps.fas.gsa.gov/pub/fedspecs/Links for Commercial standards: http://www.astm.org/ http://web.ansi.org/ http://www.standardsglossary.com/iso1.htm http://www.iso.org/iso/home.htm http://www.complianceonline.com/4. Clarifying information provided in specs for document location: a. From our Specs:Copies of specifications, standards, drawings, and publications required by contractors in connection with specific procurement functions should be obtained from the procuring activity or as directed by the Contracting Officer. b. From other Gov’t Specs:(Unless otherwise indicated, copies of federal and military specifications and standards are available from the Defense Automated Printing Service, Building 4/D, 700 Robbins Ave., Philadelphia, PA 19111-5094. Copies of Forest Service specifications 5100-86 and 5100-95 are available from USDA Forest Service, Missoula Technology and Development Center, Building 1, Fort Missoula, Missoula, MT 59804-7294. Copies of Forest Service specification 5100-501 are available from USDA Forest Service, San Dimas Technology and Development Center, 444 E. Bonita Ave., San Dimas, CA 91773.)2.1.2 Other Government drawings. The following Government drawings form a part of this specification to the extent specified herein. Unless otherwise specified, the issues of these documents are those in effect on the date of the invitation for bids or request for proposals.(Copies of Forest Service drawings are available from USDA Forest Service, Missoula Technology and Development Center, Building 1, Fort Missoula, Missoula, MT 59804-7294.)2.2 Non-Government publications. The following documents form a part of this document to the extent specified herein. Unless otherwise specified, the issues of these documents are those in effect on the date of the invitation for bids or request for proposal.AMERICAN SOCIETY FOR QUALITY CONTROL (ASQC):ANSI/ASQC Z1.4-1993 - Sampling Procedures and Tables for Inspection By Attributes (Copies are available from the American Society of Quality Control, 611 East Wisconsin Ave., Milwaukee, WI 53202.)5. Packaging and Marking:Shipping Carton Markings. Shipping carton(s) shall be marked to indicate the title of the contract (i.e., Cadet Laundry Bags), the contract number, contractor's name and the NSN. Each carton shall be "MARKED FOR": FX7000.Packing Lists. A packing list shall be placed within box I of all shipments under this contract. The packing list shall clearly identify the total contents of the shipment, and shall break down the contents of each numbered box.6. Bar Codes: See Attached Sample Bar Code (Attachment 4)An adhesive label of regular commercial quality, reflecting the Cadet Issue Division stock number, size (if applicable) and a brief description in either code 39 or UPC Bar code, shall be affixed too each individual package and on each shipping container. If it should become necessary to mix types of laundry bags within the shipping carton, bar codes labels for each size shall be affixed to that shipping carton.A sample bar code label shall be submitted for the Contracting Officer approval within 45 days of receipt of notice of contract award IAW First Article requirements per FAR 52.209-4, Alt I.NSN NOMENCLATURE8465L9039947000 Bag, Mesh, White, Large8465L9001347000 Bag, Mesh, White, Fine, Women’s8465L9039927000 Bag, Pre-Pack, White, Men’s8465L9039928000 Bag, Pre-Pack, Blue, Women’sSubmittals shall be made to:10th Contracting Squadron 10 CONS/PKBAttn: Contracting Officer8110 Industrial Drive, Suite 200USAF Academy CO 80840-23157. Hours of Delivery:(i) Delivery of items under this contract shall be accomplished between the hours of 7:30 A.M. and 3:30 P.M. Monday through Friday, except as otherwise specified in the contract. No deliverables are to be made on Saturdays, Sundays or Federal Legal holidays, as shown below:New Year’s Day - 1 JanuaryMartin Luther King’s Birthday - Third Monday in JanuaryWashington’s Birthday (President’s Day) - Third Monday in FebruaryMemorial Day - Last Monday in MayAmerican Independence Day - 4 JulyLabor Day - First Monday in SeptemberColumbus Day - Second Monday in OctoberVeterans Day - 11 NovemberThanksgiving Day - Fourth Thursday in NovemberChristmas Day - 25 December(ii) In the event a holiday falls on Saturday, the preceding Friday is observed as the holiday. If a holiday falls on a Sunday, the following Monday is observed as the holiday).(end of addenda)III. ADDITIONAL PROVISIONS AND CLAUSES.The contracting officer has determined the provisions and clauses listed in attachment #1 to be necessary for this acquisition. The full text of each provision and clause can be viewed at https://www.acquisition.gov/browse/index/far (FAR), https://www.acquisition.gov/dfars (DFARS), and https://www.acquisition.gov/affars (AFFARS).IV. ATTACHMENTS TO THIS SOLICITATION1. PROVISIONS AND CLAUSES2. PD 182 DATED 10 OCT 173. PD 214 DATED 13 OCT 174. BAR CODE SAMPLE5. Buy American Certificate
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3288a3135c2a4e60b79beb0597b1fed7/view)
 
Place of Performance
Address: CO-03, CO 80840, USA
Zip Code: 80840
Country: USA
 
Record
SN05506838-F 20191204/191204045515 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.