Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2004 FBO #0831
SOLICITATION NOTICE

84 -- Plastic Coat/Skirt Hangers

Notice Date
3/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-04-T-0017
 
Response Due
3/11/2004
 
Archive Date
3/26/2004
 
Point of Contact
Kathryn Bernstein, Contract Specialist, Phone 719-333-2965, Fax 719-333-9103, - Diana South, Contract Specialist, Phone (719) 333-8650, Fax (719) 333-4404,
 
E-Mail Address
kathryn.bernstein@usafa.af.mil, diana.myles-south@usafa.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items or services prepared in accordance with the format in FAR 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 Quotation (RFQ), solicitation number FA7000-04-T-0017, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 18 effective 01/12/04 and FAC 2001-19, dated 1/1/24. The North American Industrial Classification System (NAICS) number is 326199 and the business size standard is 500 employees. The proposed acquisition is 100% reserved for small businesses. Women owned and disabled veteran owned small businesses are encouraged to submit quotes. LINE ITEM 0001: QTY: 23,712 EA; Coat, Hanger, men's and women's, constructed of unbreakable plastic, hanger has trouser bar and swivel hook. Dimensions: Horizontal trouser bar 16" long. Each side of angled top bar 10". These hangers must support the cadet issue overcoat; therefore, a strong heavy-duty finished product is required. Color: Brown LINE ITEM 0002: QTY: 264 EA; Skirt, Hanger, women's, constructed of unbreakable plastic. Hanger has a swivel hook. Also, two metal or plastic grips provided on the horizontal bar. The top bar is notched in order for lingerie straps, etc. to be hung. Dimensions: Horizontal bar is 16" long. Each side of angle top bar is 9". A strong finished product is required. Color: Brown Packaging and Marking requirements: The women's will be 2 EA skirt hangers and 16 EA coat hangers individually boxed, which will equal 132 boxes. The men's will have 18 EA coat hangers individually boxed, which will total 1200 boxes. Delivery requirement: FOB for this RFQ is Destination. Quotations received with FOB other than Destination will not be considered. Delivery address: Cadet Store Officer, Bldg 2351 Mitchell Hall Annex, USAF Academy CO 80840. Hours of Delivery: Delivery of items shall be accomplished between the hours of 7:30 A.M. and 3:30 P.M., Monday through Friday, except as otherwise specified. No deliveries are to be made on Saturdays, Sundays or Federal Legal holidays. Delivery will be required no later than 15 May 04. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition and addendum as follows: "Contractor shall submit their quote on company letterhead, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, an over all total price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, any discount terms, cage code, DUNS number, size of business, acknowledgement of solicitation Amendments, a completed copy of the representations and certifications at FAR 52.212-3 and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate and include a statement specifying the extent of agreement with all terms, conditions, and provisions. The Government will award a contract resulting from this solicitation to the technically acceptable offeror with the lowest evaluated price, which meets or exceeds the requirements. FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The provisions at 52-212-2, Evaluation--Commercial Items applies to this acquisition. The clause 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda, applies: FAR 52.204-7 Central Contractor Registration, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.225-13, Restrictions on Certain Foreign Purchases, amended as follows: 52.225-13 Restrictions on Certain Foreign Purchases (CLASS DEVIATION) (a) Except as authorized by the Office of Foreign Acquisition by the Office of Foreign Assets Control (OFAC) in the Department of Treasury, the Contractor shall not acquire, for use in the performance of this contract , any supplies or services, if any Executive Order administered by OFAC, or OFAC's regulations set forth at 31 CFR Chapter V would prohibit such a transaction by a person subject to the jurisdiction of the United States. (b) Except as authorized by OFAC, most transactions involving Cuba, Iran, Libya, and Sudan are prohibited, as are most imports into the United States from North Korea. List of entities and individuals subject to economic sanctions are included in OFAC's List of Specially Designated Nationals and Blocked Persons. More information about these restrictions as well as updates with respect to restrictions imposed after April 2003, is available in the AFAC's regulations at 31 CFR Chapter V and/or OFAC's website at http://www.treas.gov/ofac. (C) The Contractor shall insert this clause, including this paragraph (c), in all subcontracts. (End of clause); FAR 52.242-15, Stop-Work Order, DFARS 252.204-7004 Alt A, Required Central Contractor Registration Alternate A, DFARS 252.225-7000, DFARS 252.225-7013, Secondary Arab Boycott of Israel, USAFA 5352.242-9500, Contractor Access to Air Force Installations, FAR 52.252-2 Clauses Incorporated by Reference: 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.hil.af.mil/. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 13, 14, 15, 16, 17, 18, and 29. DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the inclusion of the following: DFARS 252.225-7001 Buy American Act - Balance of Payments Program Certificate. Offers must be received NLT Noon Mountain Daylight Savings Time, 11 MAR 2004, at 10th ABW/LGCB, Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes may be faxed to the attention of Ms. Kathryn Bernstein, Contract Specialist, 719-333-9103 or email to kathryn.bernstein@usafa.af.mil. Please contact Diana Myles-South, Contracting Officer, 719-333-8650 or email to diana.myles-south@usafa.af.mil in my absence.
 
Place of Performance
Address: USAF Academy Colorado
Zip Code: 80840
Country: USA
 
Record
SN00536641-W 20040306/040304222725 (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.