Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2005 FBO #1244
SOLICITATION NOTICE

84 -- Cross Trainer 'Shoes'

Notice Date
4/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
316211 — Rubber and Plastics Footwear 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
FA7000-05-T-0102
 
Response Due
4/27/2005
 
Archive Date
5/12/2005
 
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 FA7000-05-T-0102, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-02 effective March 23, 2005. The North American Industrial Classification System (NAICS) number is 316211 and the business size standard is 1000 employees. The proposed acquisition is unrestricted in accordance with FAR 19.502-2(a) (nonmanufacturing rule).. LINE ITEM 0001 189 each $_______ total $_________ See exact sizes below LINE ITEM 0002 946 each $_______total $_________ See exact sizes below BID TOTAL___________ CLIN 0001 Shoes, Cross Trainers, men In accordance with Purchase Description 34th TRW/SDCU 251 dated 03 April 2003 RQN STOCK NUMBER SIZE QTY 0001 8430L9022117000 6 M 2 0002 8430L9022137000 7 M 2 0003 8430L9022147000 7 1/2M 5 0004 8430L9022157000 8 M 10 0005 8430L9022167000 8 1/2M 36 0006 8430L9022177000 9 M 36 0007 8430L9022187000 9 1/2M 100 0008 8430L9022197000 10 M 145 0009 8430L9022207000 10 1/2M 170 0010 8430L9022217000 11 M 140 0011 8430L9022227000 11 1/2 M 90 0012 8430L9022237000 12 M 130 0013 8430L9022247000 12 1/2 M 30 0014 8430L9022257000 13 M 30 0015 8430L902211277000 14 M 20 total 946 UNIT PACK OF 1 PAIR PER BOX CLIN 0002 Shoes, Running, Women In accordance with Purchase Description 34th TRW/SDCU 251 dated 03 April 2003 RQN STOCK NUMBER SIZE QTY 0016 8430L9021917000 5 M 2 0017 8430L9021937000 6 M 10 0018 8430L9021967000 7 ? M 20 0019 8430L9021977000 8 M 30 0020 8430L9021987000 8 ? M 34 0021 8430L9021997000 9 M 36 0022 8430L9022007000 9 ? M 24 0023 8430L9022017000 10 M 18 0024 8430L9022017000 10 ? M 5 0025 8430L9022037000 11 M 10 total 189 USAF ACADEMY PURCHASE DESCRIPTION SHOES, USAFA CADET ATHLETIC GYMNASIUM: CROSS TRAINING DESCRIPTION: This purchase description covers cross training gymnasium shoes intended to be worn by Air Force Academy cadets involved in a number of different sports activities such as short distance jogging, weight training, and other indoor sports. Salient Characteristics: Design The cross training shoe shall be a mid to high quality that incorporates state of the art technology providing comfort, durability and support. First Article Before production is commenced, the contractor shall submit to the contracting officer for approval the following items: One pair size 8 women?s, and one pair size 10 men?s conforming to the requirements of this purchase description. Material / Construction 1. Uppers a. Uppers shall be made of lightweight synthetic material for medial and lateral support, and to provide comfort. The cross training shall be low cut. The lacing configuration shall provide comfort and fit. The color of the cross trainer shall be in white and may incorporate small tones of black, silver, and blues. 2. Sole a. Insole: The insole shall have a sturdy full-length insole. The insole shall be a well cushion made of a good compressible sponge rubber used in the shoe industry, for arch and heel support. b. Footbed shall be fully length made of a sturdy insole board or similar to what is used in the shoe industry, for good foot stability. c. Outsole: The outsole shall be made of nonmarking material. It shall be made of solid rubber with a unique traction pattern for a variety of surfaces. The outer sole abrasive index shall be a minimum of 75 (ASTM D 1630). The outer sole hardness shall be within the range of a minimum of 45 and a maximum of 65 (ASTM D 2240). For ASTM documents write to: ASTM 100 Barr Harbor Dr, West Conshohocken, PA 19428-2959 or call: (610) 832-9585, or email: Or Email: Contact ASTM d. Midsole and Heel: The midsole and heel shall incorporate a visible air cushioning or air sole system in heel area, providing cushioning and protection from impact. Sizes and Widths The cross training shoe shall be provided in the following sizes and widths: Table I.Women?s Sizes Width Size Size Type Standard 6-12 Whole and Half Sizes Wide 6-12 Whole and half Sizes Table II.Men?s Sizes Width Size Size Type Standard 7-16 Whole and Half Sizes Wide 7-16 Whole and half Sizes Workmanship The finished cross training shoe shall conform to the quality of product established by this document. The occurrence of defects shall not exceed the contractor?s own quality assurance standards and the quality assurance standards defined by the technical data in the bid package. Quality Assurance 1. Certification: The contractor shall certify that the product offered meets the salient characteristics of this description and that the product conforms to the producer?s own drawings, specifications, standards and quality assurance practices. The Government reserves the right to require proof of such conformance prior to the first delivery and thereafter as may be otherwise provided for under the provisions of the contract. Reliance on contractor quality assurance systems shall not relieve the contractor of the responsibility of ensuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract. 2. Certification of Compliance: Unless otherwise specified in the contract or purchase order, certificates of compliance shall be requested by government on all components, if the government deems necessary. INSPECTION The contractor shall inspect the finished products 100% for compliance with this purchase description prior to submitting to the USAFA for final inspection by 34 TRW/SDCU Quality Control personnel. 1. Final Inspection: The point of final inspection and acceptance of the finished articles shall be at the USAF Academy, using ANSI/ASQC Z1.4-1993 and this purchase description. 2. Inspection Levels And Acceptable Quality Level a. Inspection levels and acceptable quality levels (AQL?s) expressed in defects per hundred units (DHU) shall be in accordance with ANSI/ASQC Z1.4-1993. To get an accurate understanding of defects per hundred the inspector shall follow ANSI/ASQC Z1.4 Inspection Levels and it?s instructions. To obtain a copy of ANSI/ASQC Z1.4 call: American National Standard, at 1800-854-7179 or write to: American Society for Quality Control, 611 East Wisconsin Avenue, Milwaukee, WI 53202. b. Table III shows AOL Levels for defect listed in Table IV. General and Detailed Defects: Table IIIAOL Levels AQL INSPECTION LEVEL LEVEL Major 2.5 II Major and Minor A 15.0 II Major, Minor A and 40.0 II Minor B (combined) For defects listed in Table I (Measurements): One Class 4.0 S-3 Note: AQL levels and inspection levels for defects listed in Table IV. General and Detailed Defects. TABLE IVGeneral and Detailed Defects MINOR MAJOR A B A Inferior material or workmanship defects such as distortion. X B Component and assembly - any component part or required operation omitted or not performed in accordance with specification. X C Defects such as holes, cuts, and or tears X D Loose thread, ends not removed, label missing X E Discoloration, stains or spots due to material or workmanship X F Color not conforming to the color specified. X G Incorrect, or illegible measurements. Score inspection will be scored using the size-measurement defect X Preservation, Packing and Marking The preservation, packing and marking shall be as specified in the contract or order. BAR CODE LABELS WITH OUR STOCK NUMBER, BRIEF DESCRIPTION, AND SIZE ON EACH BOX - PLUS ON EACH CARTON/SHIPPING CONTAINER Bar Code label requirement: A bar code label containing a 10 ABW/LGLC approved stock number, brief description and size must be placed on each box and on each shipping container. A sample bar code is available upon request via e-mail. An adhesive label of regular commercial quality, reflecting the Cadet Issue Division stock number, size and a brief description, compatible with the Government?s UPC Code 39 system, shall be affixed to each box. A sample bar code label shall be submitted for the Contracting Officer approval within 7 days from date of award. FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-1 is supplemented per following addenda: 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 http://orca.bpn.gov/publicsearch.aspx) and DFARS 252.225-7000 (http://farsite.hill.af.mil/). The provisions at 52.212-2, Evaluation--Commercial Items applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price which meets or exceeds the requirements. Offers will be evaluated on a pass or fail basis to determine whether the proposed cross trainerss meets the salient physical, functional, or performance characteristics of that brand of cross trainers. Contractor that are bidding on an ?or equal? shall Include in your offer descriptive literature such as illustrations, drawings, or a clear reference to information readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable. Once an offer has been determined to be technically acceptable then the Offeror with the lowest evaluated price will be awarded the contract. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda, applies: FAR 52.252-2 Clauses Incorporated by Reference: 52.242-15 Stop Work Order, 252.225-7031 Secondary Boycott of Israel. 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: http://farsite.hill.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) 5, 14, 15, 16, 17, 18, 19, 20, and 30. 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 and 252-232.7003 Electronic Submission of Payment Request. Offers must be received NLT 1 PM Mountain Daylight Time 27 April 2005, 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. Please submit any questions and/or quotes via e-mail to the ronnie.wilkinson@usafa.af.mil Or fax TO: Ronnie Wilkinson, Contract Specialist (719) 333-9103. Please contact Diana Myles-South, Contracting Officer, 719-333-8650 or email to diana.myles-south@usafa.af.mil in my absence. (End of Text)
 
Place of Performance
Address: 8110 Industrial Drive Ste 200, USAF Academy, CO
Zip Code: 80840
 
Record
SN00793506-W 20050423/050421211959 (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.