Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2008 FBO #2480
SOLICITATION NOTICE

84 -- Uniform Alteration Service

Notice Date
9/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811490 — Other Personal and Household Goods Repair and Maintenance
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue Building 5681, Bolling AFB, DC, 20332-0305
 
ZIP Code
20332-0305
 
Solicitation Number
FA7012-08-T-0067
 
Archive Date
9/30/2008
 
Point of Contact
Kenneth J Hawkins, Phone: 202-404-7771, Cathy B Perry,, Phone: 202-767-7957
 
E-Mail Address
kenneth.hawkins@bolling.af.mil, catherine.perry@bolling.af.mil
 
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; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) No. FA7012-08-T-0067. The solicitation document; incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. Bolling AFB is looking for a contractor to provide alteration services on Air Force Honor Guard uniforms. This is set aside 100% for small business concerns. The North American Industry Classification System code (NAICS) is 811490 at a $6.5 Million business size standard. CLIN 0001: Alteration of travel shirt, Sew on USAF HG logo embroidered patch in full color, centered on left side in accordance with the performance work statement. QTY: 400 EA, UNIT PRICE: $ _____________, EXTENDED PRICE: $ _____________. CLIN 0002: Alteration of Travel Shirt, Sew on "USAF HONOR GUARD" embroidered in silver on left sleeve in accordance with the performance work statement. QTY: 400 EA, UNIT PRICE: $ _____________, EXTENDED PRICE: $ _____________. CLIN 0003: Alteration of garment bags, Sew on USAF HG embroidered patch in full color, centered left of zipper in accordance with the performance work statement. QTY: 200 EA, UNIT PRICE: $ _____________, EXTENDED PRICE: $ _____________. CLIN 0004: Alteration of garment bags, Sew on "USAF HONOR GUARD" embroidered in silver, centered right of zipper and centered with the USAF HG embroidered patch in accordance with the performance work statement. QTY: 200 EA, UNIT PRICE: $ _____________, EXTENDED PRICE: $ _____________. CLIN 0005: Alteration of travel job bags, Sew on "USAF HONOR GUARD" embroidered in silver, centered on front pocket in accordance with the performance work statement. QTY: 200 EA, UNIT PRICE: $ _____________, EXTENDED PRICE: $ _____________. CLIN 0006: Alteration of lightweight jackets, Sew on USAF logo embroidered in white, centered left of zipper with "U.S. AIR FORCE" embroidered in white, centered under USAF logo in accordance with performance work statement. QTY: 200 EA, UNIT PRICE: $ _____________, EXTENDED PRICE: $ _____________. 1.0 DESCRIPTION OF SERVICES/GENERAL INFORMATION 1.1 SCOPE OF WORK. The contractor shall provide all personnel, equipment, tools, materials, supervision, or services necessary to perform uniform alterations. 1.2 SEWING. The contractor shall perform sewing services as necessary to include the following services. 1.2.1 The contractor shall sew onto 400 travel shirts, the USAF Honor Guard logo full color embroidery. The contractor shall place the USAF Honor Guard logo centered 6 inches down from the highest point of collar and 2 ¼ inches away from seam of third button shirt but have the third button aligned with top of the USAF Honor Guard logo. 1.2.2 The contractor shall sew onto 400 travel shirts the "USAF Honor Guard" silver embroidery. The contractor shall place the "USAF HONOR GUARD" embroidery centered with shoulder seam and 2 ½ inches from bottom of sleeve. The contractor shall place "USAF" on one line and "HONOR GUARD" on the second line of the travel shirt. Make font of "USAF" bigger than "HONOR GUARD" font, so that the "U" in USAF on the first line is aligned with "H" in HONOR GUARD on the second line and the "F" in USAF on the first line is aligned with the "D" in HONOR GUARD on the second line. 1.2.3 The contractor shall sew onto 200 garment bags the USAF Honor Guard logo embroidered in full color, place USAF Honor Guard logo, centered 7 ¼ inches down from highest point of the top seam and 3 ¼ inches away from zipper. 1.2.4 The contractor shall sew onto 200 garment bags, the USAF Honor Guard logo silver embroidery. The contractor shall place "USAF HONOR GUARD" centered with center of USAF HONOR GUARD logo. Make font of "USAF" bigger than "HONOR GUARD" font, so that the "U" in USAF on the first line is aligned with "H" in HONOR GUARD on the second line and the "F" in USAF on the first line is aligned with the "D" in HONOR GUARD on the second line. 1.2.5 The contractor shall sew onto 200 travel job bags, "USAF HONOR GUARD" embroidered in silver. The contractor shall place "USAF HONOR GUARD" centered on front pocket 2 ½ inches for top of zipper. Make font of "USAF" bigger than "HONOR GUARD" font, so that the "U" in USAF on the first line is aligned with "H" in HONOR GUARD on the second line and the "F" in USAF on the first line is aligned with the "D" in HONOR GUARD on the second line. 1.2.6 The contractor shall sew onto 200 lightweight jackets, the USAF logo embroidered in white, place USAF logo on left side of zipper, centered 6 ¼ inches down from highest point of collar and 3 ½ inches away from seam of zipper. 1.3 PLACE OF PERFORMANCE. Personnel assigned to the USAF Honor Guard Supply Shop will drop off the articles of clothing to the contractor's alteration place of business and will pick up the items from the contractor's alteration place of business. 1.4 PERIOD OF PERFORMANCE. The contractor shall complete alteration of the required items no later than 2 months after contract award. 2.0 GOVERNMENT FURNISHED PROPERTY 2.1 The government will provide the contractor with all articles of clothing needed for alteration. INSPECTION CONDITIONS AND TERMS: Service is shall be FOB Destination. Delivery/Acceptance will be at 50 Duncan Ave., Bldg. 7100, Bolling AFB, DC 20032-0202. Period of performance for contract is 2 months after contract award. 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 follows: 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. EVALUATION PROCEDURES: The Government will select the best overall offer based on lowest price. 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 required to provide a hard copy of their price break-down. Non-conformance with this requirement may result in the Offerors quote being determined unacceptable. FAR 52.212-3, "Offeror Representatives 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). FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is herby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.204-9, 52.209-6, 52.214-31, 52.214-34, 52.214-35, 52.225-13, 52.223-6, 52.223-11, 52.232-19, 52.237-1, 52.237-2, 52.247-34, 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, 252.223-7006, 252.232-7010, 252.212-7001 (DEV): 252.232-7003, 252.247-7023 ALT III, 252.243-7001, 2525.246-7000, 5352.201-9101 (c): Mrs. Diane Dade, 1535 Command Drive, Suite 202, Andrews AFB, Camp Spring MD, 20762, Phone # 301-981-7342. FAR CLAUSE 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses, 52.219-6, 52.222-3, 52.222-21, 52.222-22, 52.222-25, 52.222-26, 52.222-36, 52.225-13, 52.223-5, 52.232-33, 52.233-3, 52.233-4 apply to this acquisition. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. Quotations must be received by 4:30 P.M. Eastern Standard Time (EST) on 15 Sep 08. Quotations can be mailed to the 11th Contracting Squadron/LGCO, 20 MacDill Blvd, Suite 400, Bolling AFB, DC 20032, faxed to (202) 767-7887 or e-mailed to kenneth.hawkins@bolling.af.mil. An official authorized to bind your company shall sign and date the quotation. Questions concerning this solicitation should be addressed to Kenneth Hawkins, Contract Specialist, Phone (202) 404-7771.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c2e9886db8254d31e53c81afafbd33ba&tab=core&_cview=1)
 
Place of Performance
Address: 50 Duncan Ave., Bldg. 7100, Bolling AFB, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN01663608-W 20080910/080908222347-c2e9886db8254d31e53c81afafbd33ba (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.