Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2003 FBO #0464
MODIFICATION

84 -- Cold Weather Gear Clothing

Notice Date
2/28/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Combat Command, 347 CONS, 4380B Alabama Rd, Moody AFB, GA, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
F09607-03-Q-0017
 
Response Due
2/28/2003
 
Archive Date
3/15/2003
 
Point of Contact
Shannon Millard, Contracting Apprentice, Phone 460-4917, Fax 460-4032,
 
E-Mail Address
shannon.millard@moody.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This modification is to include the breakdown of sizes from the total one hundred eighty (180) sets and to revise piece number five(5)description from Jacket Liner to Pullover Fleece Shirt. This is a combined synopsis and 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; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is F09607-03-Q-0017 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2001-11, Defense Acquisition Circular (DAC) 91-13 and Air Force Acquisition Circular (AFAC) 2002-1122. For informational purposes The Standard Industrial Classification Code is 2329. The North American Industry Classification System is 315211. The BID SCHEDULE shall be for Cold Weather Gear clothing. The quantity is one hundred eighty (180) sets consisting of five (5) pieces per set. The size breakdown is as follows: Small-10 sets, Medium-20 sets, Large-110 sets, X-tra Large-40 sets. The color for all pieces will be black. All pieces should be interchangeable with each other,Example - Light weight top worn with medium weight bottoms. The following items are the five (5) pieces: (1) Light weight two(2) piece top and bottom, silk treated in 100% polyester knit, long sleeved with thumbhole, access fly, flat seam construction; (2) Medium weight two(2) piece top and bottom, made of stretch knit treated polyester, low bulk fold over collar, contoured longer tail in back, neck to chest zipper, pants must have elastic waist and access fly and flat seam; (3) Bib overall, one(1) piece shoulder to feet able to stretch with movement, polyester / lycra fleece, two(2) way front zipper, mid chest inner pockets, rainbow drop seat, full length side zippers, reinforced knees and seat, flat seam construction,100% polyester; (4) Fleece jacket made with polartec 300 fabric, full length front opening with a two-way side fastener, wind protection flap, collar and raglan sleeves, two(2) internal mesh pockets, two(2) hand warmer pockets lined with cool max; (5) Pullover Fleece Shirt, 100 series double velour polartec fleece, low bulk mid-height collar, zipper protection flap, neck to chest zipper, lower front hand warmer pocket, long sleeve. FOB Point: Destination. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Quote shall also contain all other documentation specified herein. Signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. EVALUATION/AWARD:IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this request for quotation to the lowest priced offer. This will be a total small business set-aside in IAW FAR 19.502-2. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER, which can be downloaded from the internet http://farsite.hill.af.mil/VFFARA.HTM or requested in writing via facsimile at 229-257-4032. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/; Federal Acquisition Regulation Table of Contents. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.225-1, Buy American Act-Balance of Payments Program ?Supplies, FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241), FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment. The Defense Priorities and Allocations System (DPAS) rating is A90. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 347 CONTRACTING SQUADRON (MSCB) LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 3:00 P.M. EST ON 3 March 2003. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION NUMBER, DATE, AND REQUEST FOR QUOTATION (RFQ) TITLE. FACSIMILE OFFERS WILL BE ACCEPTED. The point of contact for this solicitation is SSgt Millard, 229-257-4917, or Cherry Roberts, 229-257-4712, fax: 229-257-4032. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-FEB-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 07-MAR-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: Moody AFB, Valdosta, GA
Zip Code: 31699
Country: USA
 
Record
SN00274558-W 20030309/030307220014 (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.