Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2009 FBO #2698
SOLICITATION NOTICE

73 -- Melamine Dinnerware - USAFA PD Melamine Dinnerware 6 April 2009

Notice Date
4/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326199 — All Other Plastics Product 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-0046
 
Point of Contact
Rose Kinderknecht,, Phone: 719-333-3948, Russell W. Jordan,, Phone: 719-333-6224
 
E-Mail Address
rosario.kinderknecht@usafa.af.mil, russ.jordan@usafa.af.mil
 
Small Business Set-Aside
N/A
 
Description
USAFA Purchase Description Melamine Dinnerware Dated: 6 April 2009 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 solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA7000-09-T-0046, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-32, Effective 31 Mar 2009. The North American Industrial Classification System (NAICS) number is 326199 and the business size standard is 500 employees. All responsible sources may submit a response, which if timely received, will be considered by 10MSG/LGCB. The Government does not intend to pay for any information provided under this synopsis. This Notice of Proposed Contract Action is the only solicitation submitted for this requirement. No formal solicitation will be issued prior to award. CLIN DESCRIPTION QUANTITY UNIT COST EXTENDED COST 01 Melamine Dinner plates With USAFA Logo 6528 EA The evaluation criteria are based on the procedures from FAR 12, and 13. The evaluation criteria are: low price and technically acceptable. To be considered technically acceptable the dinner plate and logo shall match the sample plate and logo provided in specification USAFA PD Melamine Dinnerware 6 April 2009, see Attachment 1. Offeror shall submit per instructions contained in FAR 52.212-1, (d) product sample. The product samples shall be submitted at or prior to the time specified for receipt of offers. This sample shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless destroyed during pre-award testing. The product sample shall include plate and logo sample. The product sample plate and logo shall include the plate color, diameter and dimensions required by attached specification "USAFA PD Melamine Plate, dated 6 April 2009" and any technical description and illustrations information used for the technical evaluation. The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price which meets or exceeds the specification requirements. Once an offer has been determined to be technically acceptable then the Offeror with the lowest evaluated price will be awarded the contract. For questions or concerns you may e-mail Rose Kinderknecht, Contracting Specialist, at rosario.kinderknecht@usafa.af.mil Delivery is scheduled: 6-8 weeks after award Please submit your quote on company letterhead with all pertinent point of contact information including CCR Cage Code, DUNS No., Tax Id No., and size/type of small business. Evaluation will be based on price and technical criteria. Technical will be rated pass/fail. In addition, your quote should provide unit price, total price, delivery date, and FOB Destination. No formal format is required as this is a combined synopsis/request for quote solicitation. If your company has a GSA contract, please provide the GSA Contract No. as well. Offeror must comply with all instructions contained in FAR 52.212-1, Instructions to Offeror Commercial Items. FAR 52.212-1 is supplemented per following addenda: "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, and overall total price, any discount terms, cage code, DUNS number, and size of business. Offeror must acknowledgement of solicitation Amendments Offeror must comply with instructions contained in FAR 52.212-3, if online representations and certifications (ORCA https://orca.bpn.gov/search/publicsearch.aspx ), and make available if a copy is requested. Offeror must comply with DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate and complete a Buy American Act Certificate. Offeror must comply with all instructions contained in FAR 52.212-1, (d) product sample. The samples shall be submitted at or prior to the time specified for receipt of offers. This sample shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless destroyed during pre-award testing. The provisions at 52-212-2, Evaluation--Commercial Items apply to this acquisition. Add to 52.212-2 Award Basis: If the Government determines it is in its best interest, it will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation. Award will be made to the lowest priced offer that is determined to be technically acceptable, based on brand name or equal to the salient characteristics described in this solicitation. This contract incorporates one or more clauses by reference. Upon request, the Contracting Officer will make their full text available. Also the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil CLAUSES INCORPORATED BY REFERENCE 52.219-28 Post-Award Small Business Program Rerepresentation JUN 2007 52.222-19 Child Labor -- Cooperation with Authorities and Remedies FEB 2008 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-50 Combating Trafficking in Persons AUG 2007 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 252.225-7001 Buy American Act And Balance Of Payments Program JAN 2009 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 This contract incorporates the following clauses in full text: CLAUSES INCORPORATED BY FULL TEXT 52.209-4 FIRST ARTICLE APPROVAL--GOVERNMENT TESTING (SEP 1989) (Contracting Officer shall insert details) (a) The Contractor shall deliver one (1) unit(s) of Lot/Item within 10 calendar days from the date of this contract to the Government at for first article tests. The shipping documentation shall contain this contract number and the Lot/Item identification. The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contract. (b) Within calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. (c) If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following disapproval. The Contractor shall furnish any additional first article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this first article within the time limit specified in paragraph (b) of this clause. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (d) If the Contractor fails to deliver any first article on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract. (e) Unless otherwise provided in the contract, the Contractor-- (1) May deliver the approved first article as a part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing; and (2) Shall remove and dispose of any first article from the Government test facility at the Contractor's expense. (f) If the Government does not act within the time specified in paragraphs (b) or (c) of this clause, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (g) The Contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the first article during any first article test. (h) Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. (i) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the Offeror/Contractor and have been accepted by the Government. The Offeror/Contractor may request a waiver. (End of clause) 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) 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUG 2007) (USAFA Supplemented JUL 08) A full text of this clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil. 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 ) The clause at 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders--Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the inclusion of the following: DFARS 252.225-7001 Buy American Act - Balance of Payments Program Certificate. Delivery Requirement: FOB Destination. Delivery address: United States Air Force Academy 8110 Security Drive USAF Academy CO 80840 Hours of Delivery: Delivery of items shall be accomplished between the hours of 7:30 A.M. and 3:30 P.M., Monday through Friday, except as otherwise specified. No deliveries are to be made on Saturdays, Sundays or Federal Legal holidays. Delivery will be required no later Offers must be received NLT Noon Mountain Daylight Savings Time 6 May 2009, at 10 th MSG/LGCB, Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Faxed quote to the attention of Rose Kinderknecht, Contract Specialist, 719-333-3948, or email to rosario.kinderknecht@usafa.af.mil For questions, please contact Rose Kinderknecht, Contract Specialist, 719-333-3948, or email to rosario.kinderknecht@usafa.af.mil regarding questions to this request for quote. Alternate contact is Russ Jordan, Contracting Officer, 719-333-6224, or email russell.jordan@usafa.af.mil (End of Text)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2f7d76b2f43b31ab367eab18be1d0c7b&tab=core&_cview=1)
 
Place of Performance
Address: United States Air Force Academy, 8110 Security Drive, USAF Academy CO 80840, USAF Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN01792349-W 20090416/090414221110-2f7d76b2f43b31ab367eab18be1d0c7b (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.