Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2008 FBO #2495
SOLICITATION NOTICE

J -- Shoe Sole Build-Up

Notice Date
9/23/2008
 
Notice Type
Modification/Amendment
 
NAICS
811430 — Footwear and Leather Goods Repair
 
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-0071
 
Response Due
9/25/2008 4:30:00 PM
 
Archive Date
10/10/2008
 
Point of Contact
Matthew P Walton,, Phone: 202-767-7956, Kenneth J Hawkins,, Phone: 202-404-7771
 
E-Mail Address
matthew.walton@bolling.af.mil, kenneth.hawkins@bolling.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Competitive Synopsis/Solicitation 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 Request for Quotation (RFQ) No. FA7012-08-T-0071. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. This is a total 100% Small Business Set-Aside. The North American Industry Classification System code is 811430, with a size standard of $6.5 M dollars. LINE ITEM 0001: Triple sole shoe build up, 3x soles. Est. Qty: 200 Pair, Unit Price: ___________, NTE Extended Price: ____________. LINE ITEM 0002: Double sole shoe build up, 2x soles. Est. Qty: 200 Pair, Unit Price: ___________, Extended Price: ____________. LINE ITEM 0003: Affix Metal Taps to each shoe provided. Est. Qty: 400 Pair, Unit Price: __________, NTE Extended Price: ___________. INSPECTON AND ACCEPTANCE TERMS: Services will be inspected by a Government Representative and accepted at/by 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. The contractor shall pickup the shoes from building 7100, Bolling AFB, DC. Work shall commence within 24 hours from receipt of the shoes. All services as required shall be completed within 30 calendar days after receipt of shoes. Contractor shall work on no more than forty (40) pairs of shoes per month. Not to exceed the total specified quantities in this solicitation. 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. 1.4. The contractor shall add double sole or triple sole to sole of shoe. 1.5. The contractor shall use horseshoe shaped taps. The contractor shall take two horseshoe taps and attach it using six individual, one inch finishing nails to the heel of the shoe. The contractor shall place the two horseshoe taps aligned the "U" shaped horseshoe with the "U" shaped heel of the shoe. 1.6. The contractor shall use three inch cheaters and screw in cheaters on inside of each shoe heel. Cheaters should be flushed with bottom of and centered on the heel. Taps are to be rectangle in shape, silver or dull silver in color. 2. GOVERNMENT-FURNISHED PROPERTY. The government owned shoes shall be provided to the contractor soles built-up. A hand receipt, Air Force Form 1297, shall be accomplished whenever transfer of government property occurs 3. 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. 3.1 Federal Holidays. The following is a list of Federal Holidays observed by this installation: Columbus Day Veterans Day Thanksgiving Day Christmas 3.2 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. 3.3. Quality Assurance. According to the Inspection of Services clause, the government will evaluate the contractor's performance using periodic method of surveillance. 3.4. 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. PERIOD OF PERFORMANCE: The Period of Performance for this service shall be 29 Sep 2008 through 28 Sep 2009. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and Addendum to FAR Clause 52.212-1 applies to this acqusition as follows: 52.252-1, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. FAR 52.212-3, "Offeror Representation and Certifications-Commercial Items" applies to this acquisition and offeror(s) must include, a complete 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 Representaionand Certification Application). An offerer 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 certificates electronically at 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 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 the offerors 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: 52.204-9, 52.209-6, 52.214-31 (f)(1) fax 202-767-7887 (2) Sharp FO-DC600, 52.214-34, 52.214-35, 52.223-5, 52.223-6, 52.225-13, 52.237-2, 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: (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, 52.222-19, 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, $20.52, 52.225-13, 52.232-33, 52.233-3 and 52.233-4. The incorporated Wage Determination 2005-2103, dated 5/29/2008, revision 6 is applicable. The website is http://www.wdol.gov. All responses must be received no later than 4:30 p.m. Eastern Standard Time (EST) on September 25, 2008 by mail to 11th CONS/LGCO, 20 MacDill Blvd, Bolling AFB, DC 20032, by fax to (202) 767-7887 or e-mail to matthew.walton@bolling.af.mil. An official authorized to bind your company shall sign the offer. 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. Questions concerning this solicitation should be addressed, not later than 23 Sep 08 at 1:00PM EST, to SSgt Matthew Walton, Contract Specialist, Phone (202) 767-7956.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=296e1e61a13ad49fcb595fc0abb73b9c&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
SN01679597-W 20080925/080923221704-296e1e61a13ad49fcb595fc0abb73b9c (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.