Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2003 FBO #0661
MODIFICATION

84 -- F13ACB32451800

Notice Date
9/17/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F13ACB32451800
 
Response Due
9/19/2003
 
Archive Date
10/4/2003
 
Point of Contact
John Darity, Contracting Officer, Phone 334-953-1613, Fax 334-953-2198, - David Hogan, Contract Specialist, Phone 334-953-9376, Fax 334-953-2198,
 
E-Mail Address
john.darity@maxwell.af.mil, david.hogan@maxwell.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This combined synopsis/solicitation is modified to read as follows: This is a combined synopsis/solicitation for commercial items, set a-side 100% for small business and 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. Solicitation number F13ACB32451800 is issued as a request for quotation using simplified acquisition procedures. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-13. It is the contractor's responsibility to be familiar with applicable clauses and provisions. The NAICS for this solicitation is 315999 with a size standard of 500 employees. The contract line item numbers and items, quantities and units of measure are identified as: CLIN 0001, 908th Airlift Wing Subdued Patches (2.9375"W X 3.0625"H), 2000, each; CLIN 0002, 357th Airlift Squadron - Color Patches with Velcro (3.5"W X 3.5625"H), 1000, each; CLIN 0003, 357th Airlift Wing Flight Examiner - Color Patches with Velcro (3.25"W X 3.625"H), 75, each; CLIN 0004, 357th Airlift Wing Instructor - Color Patches with Velcro (3.25"W X 3.625"H), 75, each; CLIN 0005, Desert American Flag with Velcro (to be worn on left shoulder ) (3.5"W X 2"H), 100, each; CLIN 0006, Air Mobility Command Desert Patch with Velcro (2.875"W X 3"H), 1000, each; CLIN 0007, Air Mobility Command Subdued Patch (2.875"W X 3"H), 1000, each; CLIN 0008, Air Mobility Command Color Patch with Velcro (2.875"W X 3"H), 500, each; CLIN 0009, 908th Maintenance Squadron Subdued Patches (2.25"W X 2.875"H), 1000, each. Delivery shall be made not later than 90 days after receipt of award. Prices for each CLIN shall be quoted FOB destination. The delivery and inspection/acceptance point is 908th Airlift Wing - Attn: Cathy Britt, 225 West Ash St. (Bldg 845), Maxwell AFB, AL 36112-6501. Award will be made to the lowest priced, technically acceptable offeror. The lowest priced offeror will be notified and must supply (to the delivery and inspection/acceptance point) 4 samples of their previous, similar work that may or may not be one or more of the CLINs identified above within 3 business days of notification, at no cost to the government. If the sample is not technically acceptable, the next lowest offeror will be notified. This process will be repeated until a technically acceptable sample is received. All samples will be kept on file for documentation purposes and the government will not be obligated to purchase or return the samples. Upon issuance of the purchase order and not later than 45 days after receipt of award, the contractor will provide to the government a preproduction sample set of 10 for each CLIN. The preproduction samples shall be of the same or higher quality as the original 4 samples of work. Each preproduction sample for each CLIN will be evaluated by the government (at the delivery and inspection/acceptance point) and any deficiencies will be noted to the contractor. The contractor shall have 10 days to correct any deficiencies identified by the contracting officer and produce a new preproduction sample. Once all preproduction samples are determined to be technically acceptable, the sample sets are considered delivered to, inspected by, and accepted by the government. The contractor shall then produce the remainder of the order, delivering all patches to the delivery and inspection/acceptance point not later than 90 days after receipt of award. All patches shall be inspected against the approved preproduction sample set prior to acceptance. If any patches are determined to be of lesser quality than the preproduction sample set, the government will identify the CLIN and the quantity to the contractor that have been delivered but not accepted. The contractor shall replace the unaccepted patches at no cost to the government. Therefore, if the contractor requires the return of the unaccepted patches, the contractor must provide prepaid shipping for the unacceptable patches. 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 address: www.farsite.hill.af.mil The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order: 52.212-3 Offeror Representations and Certifications - Commercial Items (Jun 2003); 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2002); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 2003) (items 13-16, 24, and 29 checked); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2003) [item 252.225-7001 Buy American Act and Balance of Payments Program, item 252.232-7003 Electronic Submission of Payment Requests checked]; 252.225-7000 Buy American Act--Balance of Payments Program Certificate (Apr 2003); All quotes must be submitted electronically to john.darity@maxwell.af.mil or faxed to (334) 953-2198 by noon on 19 Sep 03, CST. The subject of all electronically submitted offers (email or fax) shall begin with "F13ACB32451800 - (Your Company's Name or Abbreviation)" and all faxed offers shall be to the attention of "1Lt John R. Darity". All quotes are limited to 23 pages, single-sided, 10 font minimum and shall include a completed 52.212-3 Offeror Representations and Certifications - Commercial Items (Jun 2003) and a completed 252.225-7000 Buy American Act--Balance of Payments Program Certificate (Apr 2003). If you have any questions, please contact the 42nd Contracting Squadron at Maxwell AFB, AL by emailing john.darity@maxwell.af.mil or by telephone at (334) 953-1613 or by emailing david.hogan@maxwell.af.mil or by telephone at (334) 953-3532.
 
Place of Performance
Address: 908th Airlift Wing, Attn: Cathy Britt, 225 West Ash St. (Bldg 845), Maxwell AFB, AL
Zip Code: 36112-6501
Country: USA
 
Record
SN00436416-W 20030919/030917213233 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.