Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2007 FBO #2118
SOLICITATION NOTICE

84 -- USAF Honor Guard 2x3x shoe soles Spencer

Notice Date
9/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
811430 — Footwear and Leather Goods Repair
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA701207T0061SPENCER
 
Response Due
9/19/2007
 
Archive Date
10/6/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) No, FA7012-07-T-0061. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-20. This is set aside for 100% small business. The North American Industry Classification System code is 811430, with a size standard of $6.5M dollars. CONTRACT LINE ITEM NUMBERS: 0001: Add a triple sole to oxford style military shoes. EST QTY: 200 each. UNIT PRICE: $___________, NTE EXTENDED PRICE: $___________. 0002: Add a double sole to oxford style military shoes. EST QTY: 200 each, UNIT PRICE: $__________, NTE EXTENDED PRICE: $_________. Notice to Offerors: Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. If requirement is partially funded, it will be partially awarded. INSPECTON AND ACCEPTANCE TERMS: Services will be inspected by Quality Assurance personnel and accepted at destination/government. DESCRIPTION OF REQUIREMENT. STATEMENT OF WORK FOR TRIPLE/DOUBLE SOLE SHOE BUILD-UP. 1. DESCRIPTION OF SERVICES. 1.1. Scope of Work. The contractor shall furnish all tools, parts, equipment, materials, supervision, personnel, transportation, and other services necessary to add or replace double soles, triple soles and taps onto shoes provided by the United States Air Force Honor Guard located on Bolling AFB, DC. 1.2. The shoes shall be provided by the government to the contractor. Work shall commence not later than three (3) calendar days after receipt of the shoes. All services as required shall be completed within 30 calendar days after receipt of shoes. After the completion of sole build up, the contractor shall deliver the shoes to building 7100, Bolling AFB, DC. 1.3. All services will be accomplished in accordance with the best commercial practices. 2. GOVERNMENT-FURNISHED PROPERTY. The government owned shoes shall be provided to the contractor soles built-up. 3. GENERAL INFORMATION. 3.1. Base Access. The contractor shall obtain personnel identification passes for all employees and vehicle passes for all contractor and personal vehicles entering Bolling AFB. The contractor must complete AF Form 75, Request for Visitor/Vehicle Pass and DD Form 1172, Application for Uniformed Services Identification Card and submit them to Security Forces, Pass and Registration. Vehicle registration, proof of insurance, and a valid driver?s license must be presented for all vehicles to be registered. The contractor must submit a complete list of all employees performing on this contract through the Contracting Officer to the Security Forces. Lost vehicle and entry passes shall be reported immediately to Security Police and the QAP. 3.2. Federal Holidays. The following is a list of Federal Holidays observed by this installation: Columbus Day, Veterans Day, Thanksgiving Day,Christmas. 3.3. Performance of Services During Crisis Declared by the National Command Authority or Overseas Combatant Commander. The contractor shall perform all services under this contract during a national emergency or crisis according to the Department of Defense Instruction (DODI) 3020.37. The contractor is expected to perform emergency or special event services as indicated in paragraphs aforementioned, unless otherwise directed by an authorized government representative. 3.4. Quality Assurance. According to the Inspection of Services clause, the government will evaluate the contractor?s performance using periodic method of surveillance. 3.5. Warranties. The contractor warrants that work performed under this contract shall conform to the contract requirements and shall be free of any defects. The contractor shall remedy at the contractor?s expense any defects noted by the Contracting Officer. The contractor shall provide a written warranty agreeing to repair or replace items that fail in workmanship under this contract. Materials provided by the contractor shall be manufacturer?s standard warranty. 3.6. Government Remedies. The contracting officer shall follow FAR 52.212.4, Contract Terms and Conditions-Commercial Items for contractor?s failure to perform satisfactory services or failure to correct non-conforming services. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and Addendum to FAR Clause 52.212-1 applies to this acquisition are as follow: 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. FAR 52.212-3, ?Offeror Representations and Certifications-Commercial Items? applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (online Representation and Certifications application). An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at ORCA. If an offeror has not completed the annual representations and certifications at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. EVALUATION PROCEDURES: The Government will select the best overall offer based on Price and other factors considered. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation; will be the most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. If additional information is required to support price reasonableness, each offeror may be requested to provide a hard copy of their price break-down. Non-conformance with this requirement may result in offeror?s quote being determined unacceptable. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items and Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following clauses: 52.214-31, 52.242-15, 52.252-2 http://farsite.hill.af.mil, 52.252-6: (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004 ALT A, 252.212-7001, 252.225-7001, 252.225-7002, 252.232-7003, 252.232-7010, 252.243-7001, 252.246-7000, 252.247-7023 ALT III, 5352.201-9101 and 5352.242-9000. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items- Commercial Items, including the following subclauses: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-42: THIS IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION: Employee Class: Tailor, Monetary Wage-Fringe Benefits: WG-7, $18.64, 52.225-13, 52.232-33, 52.233-3 and 52.233-4. The incorporated Wage Determination 2005-2103, dated 7/5/2007, revision 4 is applicable. The web site is http://www.wdol.gov/. All responses must be received no later than 3:00 P.M. EST on 19 September 2007 to 11th CONS/LGCO, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032 by mail or facsimile. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR) database. NO EXCEPTIONS. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. A DUNS (Dun and Bradstreet) number is required in order to register. Questions concerning this solicitation should be addressed to SSgt Gus Spencer III, Contract Specialist, phone (202) 767-7979, fax (202) 767-7887, e-mail to gus.spencer@bolling.af.mil or SrA Richard Harper at (202) 767-8033, fax (202) 767-7887, email to richard.harper@bolling.af.mil.
 
Place of Performance
Address: 11th CONS/LGCO, 110 Luke Ave, Bldg 5681, Bolling AFB, DC
Zip Code: 20032
Country: UNITED STATES
 
Record
SN01404179-W 20070914/070913073901 (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.