Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2002 FBO #0138
MODIFICATION

84 -- Air Force Embroidered Baseball caps

Notice Date
4/17/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, TX, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
F41689-02-R-0057
 
Response Due
4/30/2002
 
Point of Contact
Catherine Kenneally, Contract Specialist, Phone 210-652-2011, Fax 210-652-2304,
 
E-Mail Address
catherine.kenneally@randolph.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Modification 04: The purpose of this modification is to postpone the due date for receipt of proposals for the combined synopsis/solicitation. The due date has been changed to 30 Apr 02 no later than 3:00 pm C.S.T. *********************************************************** 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 being requested and a written solicitation will not be issued. Air Education and Training Command Contracting Squadron at Randolph AFB, TX has a requirement for Embroidered Baseball Caps (QTY: 103,536 each) for HQ Air Force Recruiting Service, Randolph AFB TX. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-04. Numbered Note 1 applies to this requirement. The applicable NAICS code is 315991. The applicable size standard is 500 employees. The specifications for the embroidered baseball caps are attached as a file and can be downloaded from this website along with sample shipping labels, baseball cap diagrams, Reps and Certs, and Berry Amendment Certification. FAR 52.212-1, Instructions to Offerors - Commercial Items and FAR 52.212-2, Evaluation - Commercial Items are applicable to this acquisition. The specific evaluation criteria for this combined synopsis/solicitation is as follows: conformance to the specifications, price, and past performance. Product sample baseball caps (2 each) to be submitted with proposal, no exception. To be acceptable, samples must comply with paragraph 1.0 of attached SOW, and will be evaluated to determine offerors' technical acceptability. Offerors, to be considered, must include a completed copy of the provisions at FAR 52.212-3 Alternate I, Offeror Representations and Certifications-Commercial Items which can be obtained at http://www.arnet.gov/far or from this website. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items is applicable. Paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of: (1) Administrative changes such as changes in the paying office, appropriation data, etc. (2) No cost amended shipping instructions (ASI) if-- (A) The ASI modifies a unilateral purchase order, and (B) The contractor agrees verbally or in writing, (3) Any change made before work begins if-- (A) The change is within scope of the original order, (B) The contractor agrees; (C ) The modification references the contractors verbal or written agreement. These changes may be made unilaterally by the Government. This clause, as amended herein, may also serve as the authority for all modifications made to the order or contract to make changes as follows: (a) definitize letter contracts, if commercial in nature; (b) reflect other agreements of the parties modifying the terms of the contracts; (c) issue change orders, (d) changing the performance period or the delivery date, the quantities or any other terms and conditions not cited herein as an example. FAR 52.212-4, paragraph (n) is hereby tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession. Title for commercially-available-off-the shelf (COTS) software is exempt from this paragraph. The terms and conditions of the software licensing agreement shall prevail in lieu thereof. FAR 52.212-5, Contract Terms and Conditions - Commercial Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with these additional FAR clauses marked: 52.222-3, Convict Labor; 52.233-3, Protest After Award; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332, Required Central Contractor Registration; and 52.252-2, Clauses Incorporated by Reference (Feb 1998). FAR 52.219-1, Small Business Program Representations and 52.219-6, Notice of Total Small Business Set-Aside is applicable. In addition, DFAR 252.212-7001 with these additional clauses being applicable: 252.225-7001, Buy American Act-Trade Agreements- Balance of Payments Program; 252.225-7002, Qualifying Country Sources as Subcontractors, 252.225-7021, Trade Agreements, 252.204-7004, Required Central Contractor Registration, 252.225-7012 Preference for Certain Domestic Commodities (also referred to as the Berry Amendment), 252.225-7014 Preference for Certain Specialty Metals are incorporated. A firm-fixed price award will be made to the responsible and technically acceptable offeror submitting the lowest priced proposal. Interested parties capable of providing the above must submit a written proposal to include discount terms, cage code, product samples (2 caps) and past performance information. All responses that meet the criteria contained within will be considered. Since award may be based on initial responses, offerors should submit best prices, complete past performance information, and technically compliant sample caps. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may apply through the Internet at http://www.ccr2000.com/. Past performance information shall include a list of five (5) of the most recent and relevant past and present contracts performed for Federal agencies and commercial customers within the last five years that demonstrate capability to perform this requirement. Furnish the following information for each contract: (1) Company/division name, (2) Product/service, (3) Contracting Agency, (4) Contract Number, (5) Contract Dollar Value, (6) Period of Performance, (7) Name, address, FAX number, and telephone number of the Contracting Officer, (8) Comments regarding any known performance deemed not acceptable by a customer. Past performance information, price and delivery schedule shall be provided in writing to Capt Catherine Kenneally, AETC CONS/LGCU, 2021 First Street West, Randolph AFB TX 78150-4302. Complete proposals, along with the product samples, shall be provided to the applicable office no later than 10 Apr 02, 3:00 P.M. (CST).
 
Record
SN00061347-W 20020419/020417213243 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.