Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2010 FBO #3217
SOLICITATION NOTICE

78 -- Fischer Ski Poles, Boots and Skis

Notice Date
9/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 62nd CONS, 100 COL JOE JACKSON BLVD, SUITE 2001, P O BOX 4178, McChord AFB, Washington, 98438, United States
 
ZIP Code
98438
 
Solicitation Number
F2Y3AU0216A002
 
Point of Contact
Jason M. Hewitt, Phone: 2539822399
 
E-Mail Address
jason.hewitt@mcchord.af.mil
(jason.hewitt@mcchord.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for supplies prepared in accordance with the format in 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. McChord AFB located near Tacoma, Washington intends to establish a Firmed Fixed Price Award for the following: CLIN 0001 - FIScHER BOOT SIZES - Mens: 3 pair size 6, Womans: 3 pair Size 7, Mens: 5 pair size 7, Womans: 5 pair size 8, Mens: 5 pair size 7.5, Womans: 5 pair size 8.5, Mens: 2 pair size 8.5, Womans: 2 pair size 9.5, Mens: 4 pair size 10, Womans : 4 pair size 11,Mens: 4 pair size 10.5, Womans: 4 pair size 11.5, Mens: 4 pair size 11.5,Mens: 2 pair size 12.5, Mens: 1 pair size 14 CLIN 0002 - FIScHER SKI SIZES - 6 Pair Small (100lbs-140lbs), 12 Pair Medium (135lbs-170lbs), 6 Pair Large (160lbs-190lbs) CLIN 0003 - FIScHER SKI POLES - 6 Pairs 125cm, 12 Pair 135cm, 6 Pair 145cm. F2Y3AU0216A002 is issued as a request for quotation(RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34. This solicitation is set aside for small business; the associated NAICS code is 339920 and small business size standard is 500 employes. This is a "brand name or equal" requirement. Vendors must be actively registered in the Central Contractor Registration (CCR); the website is http://www.ccr.gov. Lack of registration in CCR will make an offeror ineligible for award. Contact CCR at 1-888-352-9333, however, a Duns number must be known prior to registration. Call Dun and Bradstreet at 1-888-546-0024 to verify or apply for a Duns number. The following clauses are included by reference. FAR 52.204-7 Central Contractor Registration, FAR 52.211-6 Brand Name or Equal, FAR 52.212-1 Instructions to Offerers Commercial Items, FAR 52.212-3 Offeror Representations and Certifications, FAR 52.212-4 Contract Terms and Conditions, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Feb 2009) (Deviation), 52.219.28 Post-Award Small Business Program Representation FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.225-1 Buy American Act-Supplies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-25 Affirmative Action Compliance, FAR 52.222-26 Equal Opportunity, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, FAR 52.225-1, Buy American Act - Supplies, FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.333-3 Protest After Award, DFARS 252.204-7004 Alt A Central Contractor Registration, (52.204-7) Alt A, DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. The following clauses are included by full text. 52.212-2 -- Evaluation - Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose 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: price. (b) Options. The Government will evaluate offers for award purpose by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of option shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.252-1 SOLICATATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of clause). 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/these address(es): http://farsite.hill.af.mil/ (End of clause). 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUGUST 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management,] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. 5352.201-9101 OMBUDSMAN (10 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 OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62224-5022, (618) 229-0267, fax (618) 256-6668, e-mail: Michael.jackson@scott.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) Information concerning FAR clauses can be obtained at http://farsite.hill.af.mil/. The date, time and request for quote offers are due: 3:00 P.M. local time on 20 September 2010 to 62 CONS/LGCB, 100 Col Joe Jackson Blvd, Suite 2001, Joint Base Lewis McChord, McChord Field, WA 98438 via e-mail); POC SSgt Jason Hewitt, Contract Specialist, 253-982-2399 or jason.hewitt@mcchord.af.mil or Ralph Chavez, Contracting Officer, 253-982-3887 or ralph.chavez@mcchord.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/62CONS/F2Y3AU0216A002/listing.html)
 
Place of Performance
Address: McChord Field, Washington, 98438, United States
Zip Code: 98438
 
Record
SN02278665-W 20100915/100913234752-0de450bab5a4cfe3ce8fefbadc8bff45 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.