Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2009 FBO #2673
SOLICITATION NOTICE

84 -- Dress Shoes - Additional Information

Notice Date
3/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
316213 — Men's Footwear (except Athletic) Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-09-T-0040
 
Point of Contact
Rebecca J. Petersen,, Phone: 719-333-3200, Diana South,, Phone: 719-333-8650
 
E-Mail Address
Rebecca.Petersen@usafa.af.mil, Diana.Myles-South@usafa.af.mil
 
Small Business Set-Aside
N/A
 
Description
Buy American Act Certificate Sizes and Quantity Chart 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 (formal) solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA7000-09-T-0040, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-30, dated 15 Jan 09. The North American Industrial Classification System (NAICS) number is 316213 & 316214 and the business size standard is 500 employees. All responsible sources may submit a response, which if received timely, will be considered by 10th LG/LGCB. 0001-8430L9040267000 SHOES, DRESS, MENS, LOW QUARTER, HIGH GLOSS, POROMERIC OXFORD. BATES STYLE #942 OR EQUAL. 798 PAIRS. SALIENT CHARACTERISTICS: STYLE: Low quarter COLOR: Black UPPERS: Hi-gloss leather OUTSOLE: Oil resistant polyurethane PERFORMANCE: Breathable lining, fully cushioned removable foot bed for all-day comfort SEE ATTACHMENT 1 FOR SIZES & QUANTITIES. BAR CODE LABEL REQUIREMENT: A bar code label containing a 10 ABW/LGRI approved stock number, brief description and size must be affixed on each box and on each shipping container. Bar code sample (attachment #3). 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 box. See attachments 1 and 2 for stock numbers. A sample bar code label shall be submitted for the Contracting Officer's approval within 10 days of award. FOB: Destination MILSTRIP: FX70009069A004 PURCHASE REQUEST NUMBER: FX70009069A004 SIGNAL CODE: A 0002-8435L9041887000 SHOES, DRESS, WOMENS, LOW QUARTER, HIGH GLOSS, POROMERIC OXFORD. BATES STYLE #742 OR EQUAL. 236 PAIRS SALIENT CHARACTERISTICS: STYLE: Low quarter COLOR: Black UPPERS: Hi-gloss leather OUTSOLE: Oil resistant polyurethane PERFORMANCE: Breathable lining, fully cushioned removable foot bed for all-day comfort SEE ATTACHMENT 1 FOR SIZES & QUANTITIES. BAR CODE LABEL REQUIREMENT: A bar code label containing a 10 ABW/LGRI approved stock number, brief description and size must be affixed on each box and on each shipping container. Bar code sample (attachment #3). 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 box. See attachments 1 and 2 for stock numbers. A sample bar code label shall be submitted for the Contracting Officer's approval within 10 days of award. FOB: Destination MILSTRIP: FX70009069A004 PURCHASE REQUEST NUMBER: FX70009069A004 SIGNAL CODE: A Delivery Requirement: FOB for this RFQ is Destination. Quotations received with FOB other than Destination will not be considered. The delivery date required is 9 JUN 09. These products 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: Addendum to FAR 52.212-1, Proposal Preparation Instructions: a. Initially, quotes will be evaluated on a pass or fail basis to determine whether the proposed dress shoes meets the salient physical, functional, or performance characteristics of the brand name required at the lowest price. Those vendors who are quoting on an "or equal" shall provide a technical description of the dress shoes being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. Contractor shall provide a sample pair of dress shoes and/or descriptive literature such as illustrations drawings, or a clear reference to information readily available to the Contracting Officer by the closing date of the solicitation. b. Quotes shall then be ranked according to price. An offeror's proposed prices will be determined by multiplying the quantities identified in the Pricing Schedule by the unit price for each item to confirm the extended amount for each. The offeror who submits the lowest price will receive the award. Award shall be made to that offeror without further consideration of any other offerors. c. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. 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 overall total price, any discount terms, Cage Code, DUNS number, Tax ID, size of business, descriptive literature such as illustration, drawings, or a clear reference to information readily available to the Contracting Officer, warranted information and a statement that the provision at FAR 52.212-3 is electronically online at http://orca.bpn.gov/publicsearch.aspx and provide a copy of DFARS 252.225-7000 (http://farsite.hill.af.mil/), Buy American Act-Balance of Payments Program Certificate must be signed and returned with quote, and lastly, any acknowledgement of solicitation amendments. The provisions at 52.212-2, Evaluation-Commercial Items apply to this acquisition. The Government will award a purchase order using FAR Part 12 resulting from this solicitation to the responsive responsible offeror on a basis of lowest price. e. Complete the necessary fill-in at DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate on the last page of the solicitation. f. The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (i) Taxpayer Identification Number (TIN). ___ TIN: -Or- ___ TIN has been applied for. g. Provide a written statement that the offeror's proposal incorporates all amendments to the solicitation (if applicable). CLAUSES INCORPORATED BY FULL TEXT ADDENDUM - USAF Academy Invoicing Instruction (Revised 4/23/08) a. In accordance with DFARS 252-232-7003, Electronic Submission of Payment Requests, the contractor shall submit payment (invoice) requests through the Wide Area Workflow (WAWF) System. For information on WAWF, including how to register, visit the WAWF website at https://wawf.eb.mil. Web Based Training (WBT) is available at http://www/wawftraining.com. If you need any further assistance you can contact the Contract Specialist or Contracting Officer whose name appears on the contract. b. The address and DODAAC of the payment office (effective 1 Jun 06) is: Defense Finance and Accounting Service ATTN: DFAS-BAASD/CC P. O. Box 369020 Columbus, OH 43236-9020 ATTN: VENDOR PAY (DODAAC F67100) (End of Addendum) ADDENDUM: WAWF invoicing Contractor shall submit their invoices electronically into the wide area workflow (WAWF) system for prompt receiving report submission and payment. Invoices will be submitted as 2-n-1. The appropriate SRAN's are: Issue DODDAC Admin DODAAC Pay DODAAC FA7000 FA7000 F67100 Ship to Code/Ext Ship From/Ext Code LPO DODAAC/Ext Code FX7000 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 (Feb 1998) This contract 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 address: http://farsite.hill.af.mil. 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. The full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/. USAFA 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007)(USAFA Supplemented Jul 08) 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items (Dec 2008) Deviation 52.211-6 Brand Name or Equal (Aug 1999) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (Feb 2009) 52.219-28 Post-Award Small Business Program Representation (Jun 2007) 52.222-3, Convict Labor (Jun 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (Feb 2008) 52.222-21 Prohibition of Segregated Facilities (1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-50 Combat Trafficking in Persons (Feb 2009) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) DFARS 252.212-7001, Contract terms and Conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (Jan 2009) (Deviation) applies to this acquisition. DFARS 252.225-7001, Buy American Act and Balance of Payments Program (Jan 2009) 252.232-7003, Electronic Submission of Payment Request (Mar 2008). Quotes must be received NLT 1:00 pm Mountain Time, 31 March 2009 at the10th MSG/LGCB, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Please submit quotes and any questions via e-mail to Rebecca Petersen at (719) 333-3200, Rebecca.Petersen@usafa.af.mil, or you may fax the quote to Rebecca Petersen, Contract Specialist at (719) 333-9103. In my absence, please contact Diana South, Contracting Officer, 719-333-8650 or email to diana.myles-south@usafa.af.mil. 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, Kelly Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: Kelly.Snyder@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. (End of clause) 252.225-7000 Buy American Act--Balance of Payments Program Certificate. As prescribed in 225.1101(1), use the following provision: BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JAN 2009) (a) Definitions. "Commercially available off-the-shelf (COTS) item," "domestic end product," "foreign end product," "qualifying country," "qualifying country end product," and "United States" have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that- (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of "domestic end product": Line Item Number Country of Origin (If known) (End of provision) _______________________ _______________________________ Signature Date
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0ed71dfa05f6c568c51577ad254b6b87&tab=core&_cview=1)
 
Place of Performance
Address: United States Air Force Academy, 10 LGCB, 8110 Industrial Dr., Ste 200, USAF Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN01773912-W 20090322/090320215848-0ed71dfa05f6c568c51577ad254b6b87 (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.