Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2003 FBO #0526
MODIFICATION

78 -- Dyess AFB Squadron Hats

Notice Date
5/7/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, TX, 79607-1581
 
ZIP Code
79607-1581
 
Solicitation Number
SquadronHats
 
Response Due
5/12/2003
 
Point of Contact
David Bales, Contract Administrator, Phone (915) 696-2679, Fax (915) 696-4078,
 
E-Mail Address
David.Bales@dyess.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
PLEASE CALL SSGT DAVID BALES FOR A COPY OF THE SQUADRON LOGOS THAT ARE TO BE EMBROIDERED ON EACH HAT. 915-696-1455 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotations. This solicitation as well as all provisions and clauses are current through Federal Acquisition Circular 2001-08. Date of delivery is 60 days after receipt of order and FOB point is 7 MXG, Dyess AFB, TX 79607. Offers are due to 7th Contracting Squadron, 381 3rd St, Dyess AFB, TX 79607 not later than 1630 or 4:30 P.M. central standard time on 12May 2003. This is for the purposes of procuring squadron hats with the following specifications: Description/Material: Cap: The cap is to be heavy cotton twill?100% cotton, weight 296 gr/sqm; it should have Velcro backing that is 100% nylon, size is to be 3 ?? by ??. The top button is to be aluminum and covered by the same fabric of the hat. Stitching quality of the crown is to be 7~8 stitch/inch; stitching quality of the peak is to be 6~7 stitch/inch. The cap style will have 6 panels, med. Profile, D cut and there will be 6 eyelets. There will be a heavy duty self material sweat band without plastic filler inside. Fabric and Thread: All materials shall be tested for weight of material, tensile strength, thread count and washability by the International Fabricare Institute, U.S. Testing or other similar independent qualified testing agency and bear that agency?s approval. Each batch of emblems shall contain a label indicating that the base materials have been inspected and the name of the inspecting organization. Test reports shall be kept on file by the manufacturer and shall be made available to the Department of Justice upon request. Embroidering: Thread shall be Robinson-Anton 90/2 polyester yarn, finest quality with continuous colorfast filament or equivalent. The thread shall be colorfast and shall be approved for washability by the International Fabricare Institute, U.S. Testing, or other qualified independent testing organization. Stitch scale shall be of sufficient density so as to preclude ?bleeding? or see-through of the black background material and uneven matting (register) of color elements. There shall be sufficient underlay stitching to give a full, three-dimensional, high-relief appearance to the emblem. The emblem shall contain a minimum of 5,000 stitches. Double thread or any thread of different deniers and ply will not be permitted in any part of the emblem. Single thread stitching in the deniers and ply specified should be used throughout. All materials shall be certified washable by the International Fabricare Institute or other comparable testing agency. The size of each embroidered image is shown in the following attachments. Workmanship: There shall be no distortion of the exterior shape of the emblem. The finished emblem shall show a clear-cut execution when fully tensed. Threads shall not buckle of show underlay stitching, when the emblem is bent. The finished product shall not show broken stitches nor shall any stitches be out of proper alignment. No part of the emblem may be mended or repaired by non-embroidery methods. The finished product must conform to the quality standard of this specification in all characteristics and will match attached samples. Embroidery Colors: Thread colors are to be as shown in attached diagrams. Quantity: The quantity of each style needed is shown on the attached diagrams. The total number of hats to be purchased is 2,522. The apparent low bidder will be required to provide a single hat for evaluation of compliance with above criteria, however, price is more important than technical evaluation of product. Upon award to the successful offeror, the offeror will be required to provide 1 hat of each embroidered design for a total of eleven hats for contracting officer approval prior to manufacture of total order. This project is SET ASIDE 100% for SMALL BUSINESS INTERESTS. The applicable North American Industry Classification System (NAICS) Code for this procurement is 339920 with a small business size standard of 500 employees. Paper copies of this solicitation are not available. It is anticipated that the following viewers will be needed to view this solicitation: Microsoft Word (.doc), Adobe Acrobat Reader (.pdf), WinZip (.zip or .exe) to be able to view the solicitation documents. More information concerning these viewers can be found on the EPS website. CLAUSES INCORPORATED BY REFERENCE: 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Jul 1995) ? Alternate I OCT 1995 52.204-4 Printed or Copied Double-Sided on Recycled Paper AUG 2000 52.204-6 Data Universal Numbering System (DUNS) Number JUN 1999 52.212-4 Contract Terms and Conditions?Commercial Items FEB 2002 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Deviation) APR 2001 52.219-6 Notice Of Total Small Business Set-Aside JUL 1996 52.222-3 Convict Labor AUG 1996 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.225-13 Restrictions on Certain Foreign Purchases JUL 2000 52.232-28 Invitation to Propose Performance-Based Payments MAR 2000 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration MAY 1999 52.233-3 Protest After Award AUG 1996 52.247-34 F.O.B. Destination NOV 1991 52.253-1 Computer Generated Forms JAN 1991 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Required Central Contractor Registration NOV 2001 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.246-7000 Material Inspection And Receiving Report DEC 1991 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002) Alternate III MAY 2002 52.222-25 AFFIRMATIVE ACTION COMPLIANCE APR 1984 52.225-1 BUY AMERICAN ACT?SUPPLIES MAY 2002 52.212-1 INSTRUCTIONS TO OFFERORS?COMMERCIAL ITEMS OCT 2000 52.209-4 FIRST ARTICLE APPROVAL?GOVERNMENT TESTING SEP 1989 CLAUSES INCORPORATED BY FULL TEXT 52.222-18 CERTIFICATION REGARDING KNOWLEDGE OF CHILD LABOR FOR LISTED END PRODUCTS (FEBRUARY 2001) (a) Definition. Forced or indentured child labor means all work or service-- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. (b) Listed end products. The following end product(s) being acquired under this solicitation is (are) included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, identified by their country of origin. There is a reasonable basis to believe that listed endproducts from the listed countries of origin may have been mined, produced, or manufactured by forced or indentured child labor. Listed End Product ---------------------------------------------------------------------- ---------------------------------------------------------------------- Listed Countries of Origin ---------------------------------------------------------------------- ---------------------------------------------------------------------- (c) Certification. The Government will not make award to an offeror unless the offeror, by checking the appropriate block, certifies to either paragraph (c)(1) or paragraph (c)(2) of this provision. ( ) (1) The offeror will not supply any end product listed in paragraph (b) of this provision that was mined, produced, or manufactured in a corresponding country as listed for that end product. ( ) (2) The offeror may supply an end product listed in paragraph (b) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture such end product. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (End of provision) 52.232-18 AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter 1 and 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 1 and 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (APR 2001) (DEVIATION) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items (DEVIATION) clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (MAR 1998) (10 U.S.C. 2533a). 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of Clause) Evaluation shall be in accordance with FAR Part 25.
 
Record
SN00319459-W 20030509/030507213348 (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.