Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,1999 PSA#2411

Department of the Air Force, Air Force Reserve Command, 94 LG/LGC, 1538 Atlantic Ave, Dobbins ARB, GA, 30069-4824

84 -- BASEBALL CAP SOL F09609-99-R-0012 DUE 083199 POC Thomas Dobeck, Contract Administrator, Phone 770-919-5783, Fax 770-919-5612, Email thomas.dobeck@mge.afres.af.mil -- Charlotte Delli, Chief of Contracting, Phone 770-919-4981, Fax 770-919-5612, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&;ProjID=F09609-99-R-0 012&LocID=486. E-MAIL: Thomas Dobeck, thomas.dobeck@mge.afres.af.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, attachments to be incorporated by modification to solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation F09609-99-R-0012 is hereby issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-13. The procurement is 100% small business set-aside and will follow simplified acquisition procedures in FAR Part 13 and 13.5. The applicable standard industrial code (SIC) for business size determination is 2353 with a size standard of 500 employees. Dobbins Air Reserve Base, (Marietta) Georgia is soliciting proposals for the following commercial item: CLIN 0001: 1 Lot, consisting of 100,000 each baseball style caps constructed of pre-washed cotton twill materials; unstructured 6 panel crown, each crown panel has a sewn eyelet 1/8_ in diameter. (Colors required are in accordance with the PANTONE, Inc. color guide.) Color of crown is to be _DT Loden Green_-PMS 5773U. Pre-shaped memory visor, color is to be _DT Navy_-PMS 534U. Adjustment buckle and grommet finished in antique brass. The Air Force Reserve logo, (attachment 1) located on the front of the cap, is sewn in a Goudy Bold font. The 5500 stitch design is embroidered with Red-PMS 485, Blue-PMS 286, Silver for the streak behind the plane, and black. The web site address www.afreserve.com will be Red-PMS 485 and will contour above the opening on the back of the cap. Inside sweatband is 1 14_ wide and constructed from 100% cotton with a polyfoam lining. Caps shall be packaged 72 caps per carton/box and shipped in plain corrugated cardboard or solid fiberboard cartons/boxes with no company logo or printing on the carton/box (attachment 2) and palletized if 2 or more layers of cartons/boxes are shipped. All cartons/boxes require shipment to AFPDC/AFLO, 2800 Eastern Blvd., Baltimore, MD 21220-2898. The shipping label (attachment 3) on each carton/box shall be no smaller than 7 7/8_ wide x 6_ high with the following information: Ship to Address: AFPDC/AFLO, 2800 Eastern Blvd., Baltimore, MD 21220-2898, Title: RESP 99-Hats, Baseball Style Cap, Department: Air Force Reserve, quantity per container and date of manufacture. A sample of the proposed cap shall be sent to HQ AFRC/RSS, 56 Green Street, Warner Robins AFB, GA 31093-2641. This sample cap shall be provided prior to or at the time of submission of proposal. Prices shall be quoted _F.O.B. destination_ with all shipping charges included in the total cost of CLIN 0001. CLIN 0002: One time setup charge for layout, design and manufacture. All offers shall state a delivery time after receipt of an awarded contract. A shipment of 50,000 caps is required to be received within 30 calendar days after contract award with the remaining 50,000 to be delivered in a timely manner not to exceed 60 calendar days. In accordance with FAR 52.209-4, First Article Approval-Government Testing, the awarded contractor will be required to submit a _First Article_ for approval prior to commencing the complete production run of caps. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items, shall apply along with Defense FAR Supplement (DFARS) 252.204-7004, Required Central Contractor Registration (CCR). Evaluation of proposals will be in accordance with FAR Clause 52.212-2, Evaluation-Commercial Items, based on: 1) total price, 2) construction of cap and, 3) quality of cap. Proposals shall include a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items. FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items shall apply and is incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, shall be incorporated into any contract resulting from this notice. Applicable clauses cited in 52.212-5 are 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.232-34, and 52.232-36. Applicable DFARS clauses are 252.212-7000, Offeror Representations and Certifications_Commercial Items, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.225-7000, Buy American Act-Balance of Payments Program Certificate, 252.225-7001, Buy American Act and Balance of Payments Program, and 252.225-7012, Preference for Certain Domestic Commodities. The full text of all clauses may be accessed electronically at: http://farsite.hill.af.mil. Any prospective offeror must be enrolled in the Central Contractor Registration (CCR) database to be considered for award of any Department of Defense (DoD) contract. Enrollment may be accomplished electronically at: http://www.ccr2000.com. All qualified parties should submit a written proposal, including a Dunn & Bradstreet number, to 94 LG/LGC, 1538 Atlantic Avenue, Dobbins ARB, GA 30069-4824. Proposals must be received by 2:00 P.M. (EST), on 31 August 1999. Telefaxed proposals will not be accepted. All proposals shall reference RFQ F09609-99-R-0012 and contain all required documentation. Point of contact is Tom Dobeck, Contract Administrator, 770-919-5783.***** Posted 08/13/99 (D-SN367449). (0225)

Loren Data Corp. http://www.ld.com (SYN# 0378 19990817\84-0003.SOL)


84 - Clothing, Individual Equipment and Insignia Index Page