Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2007 FBO #1951
SOLICITATION NOTICE

83 -- POLORMAX THERMALS

Notice Date
3/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
315192 — Underwear and Nightwear Knitting Mills
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA7000-07-T-0093
 
Response Due
4/8/2007
 
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 FA7000-07-T-0093, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16, Effective 22 March 2007. The North American Industrial Classification System (NAICS) number is 315192 and the business size standard is 500 employees. The proposed acquisition is reserved for 100% SB Set-Aside. PolarMAX? Thermal Underwear Salient Characteristics 1. Fabric: PolarMAX? with 4-Way Stretch made with 90% Acclimate? Polyester and 10% Spandex, or equal 2. Fabric Characteristics: Stretches in four directions, wicks moisture away from the skin. Superior anti-pilling after several washings. Normal wash and dry. Will not shrink. Odor, mildew and bacteria resistant. 3. Shirts: The design for the top shall include a mock turtle neck collar with long sleeves and be black in color. 4. Pants: The design for the bottom shall include an enclosed elastic waistband with long legs and be black in color. LINE ITEM 0001 235 pair $_______ total $_________ See exact sizes below Pants Thermal Women Polarmax Style 3C32Z, Color Black. Made by Polarmax materials made by Longworth Industries Inc. or Equal. RQN Stock # Size Qty Unit 0010 8415L9029717000 SMALL 100 pair 0011 8415L9029727000 MEDIUM 135 pair 235 pair LINE ITEM 0002 320 each $_______ total $_________ See exact sizes below Shirt Thermal Women Polormax Style 3C31K, Color Black. Polarmax materials made by Longworth Industries Inc. or Equal. RQN Stock # Size Qty Unit 0012 8415L9029757000 X SMALL 100 each 0013 8415L9029767000 SMALL 130 each 0014 8415L9029777000 MEDIUM 150 each 0015 8415L9029787000 LARGE 30 each 320 each LINE ITEM 0003 800 pair $_______ total $_________ See exact sizes below Pants Thermal Men Polormax Style 3C12Y, Color Black. Polarmax materials made by Longworth Industries Inc. or Equal. RQN Stock # Size Qty Unit 0016 8415L9029857000 SMALL 100 pair 0017 8415L9029867000 MEDIUM 600 pair 0018 8415L9029877000 LARGE 100 pair 800 pair LINE ITEM 0004 1000 each $_______ total $_________ See exact sizes below Shirt Thermal Women Polormax Style 3C31K, Color Black. Polarmax materials made by Longworth Industries Inc. or Equal. RQN Stock # Size Qty Unit 0019 8415L9029807000 SMALL 100 each 0020 8415L9029817000 MEDIUM 600 each 0021 8415L9029827000 LARGE 300 each 1000 each This is a brand name or equal in accordance with FAR 52.211-6, Brand Name or Equal. Delivery Requirement: FOB for this RFQ is Destination. Quotations received with FOB other than Destination will not be considered. Delivery is required 30 April 2007 OR EQUAL SAMPLE: FOR OR EQUAL QUOTES A SAMPLE IS REQURED FOR COMPARISON. PACKAGING: REQUEST 1 EACH PER PACKAGE WITH BAR CODE LABEL. BAR CODE LABEL: 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 package. SAMPLE BAR CODE: Vendor must supply to the Government with sample bar codes prior to shipment of thermals, for approval within 7 days from date of award. A sample bar code is available upon request via e-mail. Instructions will provided to the awardee on the submittal of the bar code via purchase/delivery order. This Product must comply with the Buy American Act (100% manufactured in the USA; and at least 51% of the cost of materials made, fabricated, purchased must be MADE IN THE USA.) The following Federal Acquisition (FAR) clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, addenda applies: "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, warranted information and a statement that the provision at FAR 52.212-3 has been electronically online at http://orca.bpn.gov/publicsearch.aspx and DFARS 252.225-7000 (http://farsite.hill.af.mil/), Buy American Act-Balance of Payments Program Certificate must be signed and returned with bid. In addition, any acknowledgement of solicitation amendments. Contractors must be registered with Central Contractor Registration (CCR). This is a requirement to do business with the Department of Defense Air Force. No purchase order can be awarded to any company without this registration: www.bpn.gov/CCRINQ. 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 thermals meets the salient physical, functional, or performance characteristics of that brand of thermals. 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: This solicitation 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/, FAR 52.242-15, Stop-Work Order, FAR 52.211-6 Brand Name or Equal (AUG 1999), DFARS 252.204-7004 Alt A (NOV 2003), Required Central Contractor Registration Alternate A (Nov 2003), DFARS 252.225-7031, Secondary Arab Boycott of Israel (APR 2003), USAFA 5352.242-9500, Contractor Access to Air Force Installations (MAY 2003) and 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen, Tara Petersen 8110 Industrial Drive, Ste 103 Telephone number 719-333-2074 FAX 719-333-9018 email: tara.petersen@usafa.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. 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) (2) 5, 14, 15, 16, 17, 18, 19, 20, 26, and 31. DFARS 252.212-7001, Contract terms and Conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (JUL 2002) applies to this acquisition. Additional DFARS clauses cited in the clause applicable to this acquisition are: 252.225-7001, Buy American Act and Balance of Payments Program (June 2005) and 252.232-7003, Electronic Submission of Payment Requets (Jan 2004). Quotes must be received NLT 1 PM Mountain Standard Time 9 April 2007, at 10th ABW/LGCB, Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Please submit any questions and/or quotes via e-mail to rosario.kinderknecht@usafa.af.mil Or fax TO: Rose Kinderknecht (719) 333-9103, or in my absence email Diana Myles-South, at diana.myles-south@usafa.af.mil., or call 719-333-8560 (End of Text)
 
Place of Performance
Address: USAF Academy CO
Zip Code: 80840-2315
Country: UNITED STATES
 
Record
SN01262142-W 20070331/070329222347 (fbodaily.com)
 
Source
FedBizOpps 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.