Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2010 FBO #3015
SOLICITATION NOTICE

78 -- Non-personal Services provided for the reconditioning of DoDDS-Europe football helmets and shoulder pads. - HE1280-10-T-0006 - ATTACHMENT #1

Notice Date
2/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
451110 — Sporting Goods Stores
 
Contracting Office
Other Defense Agencies, Department of Defense Education Activity, DoDEA European Procurement Office (DEPO), UNIT 29649, Box 6000, APO, 09096
 
ZIP Code
09096
 
Solicitation Number
HE1280-10-T-0006
 
Archive Date
3/10/2010
 
Point of Contact
Kirk A. Hansen, Phone: 00496134604810, Marcia E Lee, Phone: +496134-604-450
 
E-Mail Address
kirk.hansen@eu.dodea.edu, marcia.lee@eu.dodea.edu
(kirk.hansen@eu.dodea.edu, marcia.lee@eu.dodea.edu)
 
Small Business Set-Aside
N/A
 
Description
The attached file provides shipping address, equipment discription and quantity information. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. (ii) This Solicitation, HE1280-10-T-0006, is being issued as a Request for Quotation (RFQ) for the reconditioning and painting of football helmets and the reconditioning of shoulder pads in support of the Department of Defense Dependents Schools-Europe (DoDDS-E) High School Football Program. (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-38, effective: 1 February 2010 and class determination 2009-00009. (iv) The associated North American Industry Classification System (NAICS) codes are 339920 with 500 employees and 451110 with the corresponding small business size standard of $7.0M. The Small Business Competitiveness Demonstration Program does not cover this procurement. (v) The list of Contract Line Items applicable to this solicitation is as follows: CLIN 0001 - Recondition Football Helmets - 461 each CLIN 0002 - Recondition Shoulder Pads - 319 each CLIN 0003 - Repaint Helmets and Facemasks - 35 each CLIN 0004 - Shipping and Handling - Lot (vi) Description of Requirement/Statement of Work: Non-personal Services provided for the reconditioning of DoDDS-Europe football helmets and shoulder pads as specified below: I. Scope of Work The contractor shall furnish non-personal services to insure that all reconditioned football helmets and shoulder pads worn by DoDDS-Europe are 100 percent safe for use in sports. These services shall be performed as in the Statement of Work to ensure that all reconditioned helmets and shoulder pads provided under this contract are certified for use as prescribed by the National Operating Committee Standards for Athletic Equipment (NOCSAE) established in 1987. II. RECONDITIONING OF FOOTBALL HELMETS The reconditioning of the helmet will include the following: 1) Each helmet will have a number applied on the inside of the shell in the area of the left jaw pad. 2) Each helmet will be documented by model number, interior components and their sizes, along with the style of a faceguard and style of chinstrap on each helmet. If any of the parts are missing, this is also documented. 3) Remove and inspect interior parts, clean and sanitize them and replace any found to be unsuitable for play. 4) Remove and reinstall faceguards. This includes new HARDWARE. 5) Install new t-nuts and snap hardware. 6) Install new warning labels on the interior and exterior of helmet. 7) Install new size and recertification labels. 8) Recertify the helmets according to the NOCSAE standards for recertification. 9) Includes painting with PRO GLOSS paint, buffing and polishing of helmets. 10) Any faceguard found to be unsuitable for play would be replaced. The faceguard is replaced with the same style that came in on the helmet. 11) Any chinstrap that needs to be replaced will be done with the same style that comes in on the helmet. If it did not need replacing it will be cleaned and sanitized. 12) Any helmet interior components found suitable for play in the unsuitable shells will be cleaned, sanitized and used in the schools helmets if the part is needed. This is done at no charge to the school. Any parts not used will be returned to the school in a box marked GOOD PARTS for use during the year by the school. 13) All documentation on the Helmet Inventory must be given to the school at the time reconditioning is picked up or when reconditioning is completed. A print out of all interior components replaced in each helmet must be provided to the school after the reconditioning is complete. NOTE: All replacement parts shall be NOCSAE original equipment manufacturer approved parts only. III. RECONDITIONING OF FOOTBALL SHOULDER PADS The reconditioning of the shoulder pads will include the following: The reconditioning of shoulder pads will include cleaning and sanitizing; all repair and parts, such as riveting, sewing, replacing buckles, springs, flaps, snubbers; replacing neck and collars; and adding new strapping and hardware. Note: All replacement parts shall be NOCSAE original equipment manufacturer approved parts only. IV. RE-PAINTING OF FACEMASKS The re-paining of the 35 facemasks will be done in accordance with all NOCSAE requirements for the proper paint and sealant. V. RECEIPT OF EQUIPMENT FROM DODDS-E SCHOOLS DoDDS-Europe schools will send the helmets and shoulder pads to the successful contractor via parcel post or other air transportation means. Vendor will acknowledge receipt of the materials from each DoDDS-Europe school sending equipment and will provide this information to the DoDDS Europe Procurement Office (DEPO) located in Mainz-Kastel, Germany. VI. EVALUATION OF EQUIPMENT RECEIVED FROM DODDS SCHOOLS The contractor will make necessary evaluation on the condition of the helmets and shoulder pads and on their economical repair. The contractor shall document the specific reason for each piece of equipment that has been determined uneconomical to repair. The contractor will provide this information to DEPO and will coordinate with DEPO concerning the disposition of helmets and shoulder pads that have been economical to repair. The point of contact at DEPO will be provided at the time of the award VII. SHIPMENT OF RECONDITIONED EQUIPMENT TO DODDS EUROPE SCHOOLS The contractor shall ship the reconditioned equipment back to the school via CERTIFIED PRIORITY MAIL. A packing slip or invoice shall be included in all shipment containers, which specified the quantity received, quantity returned and quantity determined uneconomical to repair. The contractor shall also provide a copy of all invoices to the specified point of contact at DEPO. VIII. DELIVERY SCHEDULE All reconditioned equipment must be returned to the individual schools no later than 1 June 2010. It is anticipated that materials will arrive at successful contractor's facility no later than 15 March 2010. (vii) Date and place of delivery and acceptance and FOB point: 1 June 2010 Refer to.pdf attachment: HE1280-10-T-0006 - Attachment #1, for delivery and acceptance locations. (viii) FAR Provision 52.212-1, Instructions to Offerors-Commercial Items is applicable to this acquisition. The full text version of this provision can be accessed at: http://farsite.hill.af.mil/vffara.htm. (ix) The following provision does not apply to this acquisition: FAR 52.212-2 Evaluation-Commercial Items. 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. Award will be based on the best value to the Government, considering price as the only evaluation factor. (x) Offers are to include a completed copy of provision FAR 52.212-3 entitled Offeror Representations and Certifications -- Commercial Items (Alternate). In addition, if your company is a vendor not registered to do business with the U.S. Government, check web addresses: http://www.dnb.com and http://www.ccr.gov, to obtain information on registering your organization with both Dun and Bradstreet, and Central Contractor Registration to include obtaining a CAGE code. Offerors will need to provide the organization's CAGE Code and DUNS number along with the quotation. ONLY FIRMS REGISTERED IN CCR ARE ELIGIBLE FOR CONTRACT AWARD. (xi) The following clause does apply to this acquisition: FAR 52.212-4 entitled Contract Terms and Conditions -- Commercial Items. (xii) The following clause is applicable to this acquisition: FAR 52.212-5 entitled Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Deviation). The following clauses and provisions also apply to this solicitation; full text versions of these clauses/provisions can be accessed at: http://farsite.hill.af.mil/vffara.htm. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.222-50 Alt I, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); FAR 52.204-7, Central Contractor Registration; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.228-3, Worker's Compensation Insurance (Defense Base Act); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; DFARS 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); DFARS 252.222-7002, Compliance with local labor laws (Overseas); DFARS 252.225-7043, Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States; DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea (May 2002) Alternate III; FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998); FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984); FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.232-38, Submission of Electronic Funds Transfer Information with Offer; FAR 52.252-1, Solicitation Provisions Incorporated By Reference; FAR 52.215-5, Facsimile Proposals (Oct 1997); DFARS 252.204-7004, Alternate A, Central Contractor Registration. (xiii) There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this acquisition. (xv) Quotes in response to this solicitation are due by 3 March 2010, 5:00pm (EST). Quotes are to be submitted via email with.pdf file attachment to Kirk.Hansen@eu.dodea.edu (preferred method); however, quotes will also be accepted via facsimile to: 0049 6134-604-906, ATTN: Kirk A. Hansen. (xvi) The point of contact for this acquisition is: Kirk A. Hansen at: Tel. 0049 6134-604-810. ANY FURTHER INQUIRIES SHOULD BE FORWARDED VIA email to: Kirk.Hansen@eu.dodea.edu. NO TELEPHONE INQUIRIES WILL BE ANSWERED REGARDING THIS SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DoDEA/APOAE/HE1280-10-T-0006/listing.html)
 
Place of Performance
Address: Vendor location to be determined, United States
 
Record
SN02072931-W 20100225/100223235350-0c441817fe0846bf330d1903cad1c8c8 (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.