Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2008 FBO #2463
DOCUMENT

84 -- Battle Dress Uniforms (BDU) with a woodland camouflage pattern. - Amendment 1

Notice Date
8/22/2008
 
Notice Type
Amendment 1
 
NAICS
315211 — Men's and Boys' Cut and Sew Apparel Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Specialized Contracting Branch (HQ AMC/A7KQ), 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
FA4452-08-Q-A068
 
Response Due
8/25/2008 12:00:00 PM
 
Point of Contact
Jennifer L Gherardini,, Phone: 618.256.9979, Tammie R. Shelton,, Phone: 618.256.9962
 
E-Mail Address
jennifer.gherardini@scott.af.mil, tammie.shelton@scott.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT #3 - DFARS 252.225-7036 has been removed. DFARS 252.225-7001 has been added. A full text version of the provision is attached. All offerors must submit a completed version of the attachment with their offer. 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; quotes are being requested and a written solicitation will not be issued. The AMC Specialized Contracting Branch intends to solicit and award a firm-fixed price purchase order, under Federal Acquisition Regulation (FAR) Part 12. This is a 100% small business set aside. The North American Industry Classification System (NAICS) for this acquisition is 315211 with a Small Business Size Standard of 500 employees. Please identify your business size in your response based upon this standard. The solicitation number for this announcement is Request for Quote (RFQ) FA4452-08-Q-A068. It is the intent of the AMC Specialized Contracting Branch to award a firm fixed price purchase order to one contractor to provide a quantity of 360 each Medium/Regular Ripstop BDU Pants; a quantity of 360 each Medium/Regular Ripstop BDU Shirts; a quantity of 432 each Large/Regular Ripstop BDU Pants; a quantity of 432 each Large/Regular Ripstop BDU Shirts; a quantity of 279 each X-Large/Regular BDU Ripstop Pants; and a quantity of 279 each X-Large/Regular Ripstop BDU Shirts as specified in the attached Essential Characteristics Document (Attachment 1). The Government anticipates award to one contractor at the lowest total price technically acceptable meeting the stated requirements for all line items. Offerors will submit quotes on the Request for Quote Information Sheet (Attachment 2) and include a statement indicating that the requirements can be met within the standards of the Essential Characteristics Document. Cost/price quotes shall be in accordance with items listed above and include any shipping cost within the unit price. See the Delivery List (Attachment 3) for the multiple shipping locations and the required distribution. The Government reserves the right to cancel this solicitation with no obligation to the offeror by the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Offerors are required to submit with their quote a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, or provide notification that their Representations and Certifications are available on the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. The clause at FAR 52.204-7 Central Contractor Registration applies to this acquisition. The clause at FAR 52.211-14, Notice of Priority Rating for National Defense, Emergency, Preparedness, and Energy Program Use applies to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7000 Buy American Act and Balance of Payments Program Certificate; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; Technical Data--Commercial Items; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustment; and DFARS 252.247-7023, Transportation of Supplies by Sea. The clause at AFFARS 5352.201-9101 Ombudsman - (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 quotes, 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. (c) If resolution cannot be made by the contracting officer, concerned parties may contact the MAJCOM ombudsmen, Mr. Michael Jackson, HQ AMC/A7K, 507 Symington Dr, Scott AFB, IL 62225-5022, 618-229-0267, FAX 618-256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM 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 FAR 52.211-15 Defense Priority and Allocation Requirements applies to this acquisition. This is a DO rated order under the Defense Priorities and Allocations System (DPAS). Wide Area Workflow procedures shall be used for invoicing and acceptance on this requirement. Quotes and any questions regarding this RFQ must be submitted by E-mail to jennifer.gherardini@scott.af.mil and Tammie.Shelton@scott.af.mil no later than 25 August 2008, 1200 p.m. CDST. Your E-mail submission must be checked and determined to be "virus-free" prior to submission. To view the clauses in full text, visit www.acqnet.gov/far or farsite.hill.af.mil. See Numbered Note 1.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=72e755790b4efece3816ea3e44fad3a3&tab=core&_cview=1)
 
Document(s)
Amendment 1
 
File Name: DFARS 252.225-7000. MUST BE COMPLETED AND SENT WITH OFFER. (252.225-7000.doc)
Link: https://www.fbo.gov//utils/view?id=ae9d9058cbdf148725eff82340b9a8c5
Bytes: 30.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Various Shipping Addresses (See Attachment 3), United States
 
Record
SN01648198-W 20080824/080822221322-72e755790b4efece3816ea3e44fad3a3 (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.