Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2010 FBO #3274
SOLICITATION NOTICE

84 -- 2 Lt Shoulder Marks, Boards and Insignia - Buy American Act Certificate

Notice Date
11/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315999 — Other Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-11-T-0008
 
Archive Date
12/4/2010
 
Point of Contact
Brenda S Smith, Phone: 7193338265, Diana South, Phone: 719-333-8650
 
E-Mail Address
brenda.smith@usafa.af.mil, Diana.Myles-South@usafa.af.mil
(brenda.smith@usafa.af.mil, Diana.Myles-South@usafa.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Buy American Act Certificate 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; quotes are being requested and a written (formal) solicitation will not be issued. This solicitation is issued as a Request for Quotation, solicitation number FA7000-11-T-0008, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-46 effective 29 Oct 2010. The North American Industry Classification System Code (NAICS) is 315999 and the business size standard is 500 employees. The proposed acquisition is 100% Small Business set-aside. All responsible sources may submit a quote, which if received timely, will be considered by the 10th Contracting Division, USAF Academy (USAFA). Please read and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this combined synopsis/solicitation could result in the quote being ineligible for award. It is the offeror's responsibility to ensure their quote meets all the requirements identified herein. The USAF Academy has a requirement for men's and women's 2nd Lieutenant shoulder marks, men's and women's 2nd Lieutenant shoulder boards, and 2nd Lieutenant Officer insignias. The following provides the salient characteristics that will satisfy the Governments needs: Description Quantity Unit Price Extended Price 2nd Lieutenant Subdued 1100 pair $ ________ $____________ Officer Insignia: Embroidered for ABU shirts 3/8" x 1" Pack: Individually 2nd Lieutenant Gold Bar 2000 pair $ ________ $____________ Officer Insignia: Copper alloy, Size: length 1", width.375" Finish: gold plated, mirror-like polished Pack: 1 pair/ box 2nd Lieutenant Shoulder 1500 pair $ ________ $____________ Marks, Men's Large: Measurement: 4-3/16" (+/-1/16") high x 2"(+/-1/8") wide on bottom, 1-5/8" (+/-1/8") wide on top. 2nd Lieutenant gold bar 5/8" from bottom x 3/8" wide. (Must be Air Force Certified) Pack: 1 pair/ box 2nd Lieutenant Shoulder Marks, 400 pair $ ________ $____________ Women's Small: Measurement: 3-1/4" (+/- 1/16") high x 1-7/8" (+/- 1/8") wide on bottom, 1-17/32" (+/-1/8") wide on top. 2nd Lieutenant gold bar 5/8" from bottom, 3/8" high x 1" wide. (Must be Air Force Certified) Pack: 1 pair/ box 2nd Lieutenant Shoulder Boards, 800 pair $ ________ $____________ Men's Large: Measurement: 5-1/2" from bottom to tip (1/4" tip) x 2-1/4" wide. 4-1/2" from bottom to left angled point at top of shoulder board. Lace aluminum, 2 pieces 1/2" wide. 2nd Lieutenant gold bar 5/8" from bottom, 3/8" high. Color shall be a good match to Air Force shade 1620 when viewed under natural (north sky) daylight. (Must be Air Force Certified) Pack: 1 pair/box 2nd Lieutenant Shoulder Boards, 215 pair $ ________ $____________ Women's Small: Measurement: 4-1/2" from bottom to tip(1/4" tip) x 2" wide. 3-5/8" from bottom to left angled point at top of shoulder board. Lace aluminum 1-3/4" wide with 2 vellum, each 5/16" wide. 2nd Lieutenant gold bar 5/8" from bottom, 7/8" wide x 5/16" high. Color shall be a good match to Air Force shade 1620 when viewed under natural (north sky) daylight. (Must be Air Force Certified) Pack: 1 pair/box TOTAL PRICE $ _________________ 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: The contractor shall submit their quote on company letterhead to include the following: solicitation number, contact name, address, telephone number of the offeror, unit price, extended price, any discount terms, delivery terms, cage code, DUNS number, tax identification number, size of business, warranty information and acknowledgement of solicitation amendments if required. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Quotes must be received no later than 01:00 pm Mountain Time, November 19, 2010 at the 10 CONS/LGCB, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Please submit quotes by e-mail to Brenda Smith at brenda.smith@usafa.af.mil. In my absence, please contact Diana Myles-South, Contracting Officer, (719) 333-8650 or email to Diana.Myles-South@usafa.af.mil. Addenda to FAR 52.212-1, Proposal Preparation Instructions: a. Only those offerors who can show they are on the active list of certified manufacturers from the Institute of Heraldry, 9325 Gunston Road, room S112, fort Belvoir, Virginia 22060-5579, Telephone number 703-806-4985 will be evaluated on a pass/fail basis. The offeror who submits the lowest evaluated price and is on the active list of certified manufactures will receive the award. Award shall be made to that offeror without further consideration of any other offerors. b. Quotes shall 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. c. Prices quoted must be Firm-Fixed Price, to include shipping and handling charges based on F.O.B Destination. Quotes received with FOB: Other than Destination will not be considered. d. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and its Alternate I must be completed. Offerors are HIGHLY ENCOURAGED to complete all representations and certifications electronically on line at: (http://orca.bpn.gov/publicsearch.aspx). If not completed on-line, 52.212-3 and its Alt I shall be completed in hard copy and submitted with quote. e. The provision at DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate (attachment 1), must be completed, signed and returned with quote. The certificate can also be obtained at http://farsite.hill.af.mil/). In accordance with FAR 52.212-4(t), Central Contractor Registration (CCR) contractors must be registered with CCR to conduct business with the Department of Defense. No purchase order can be awarded to any company without this registration. (www.ccr.gov) The provision at FAR 52.212-2, Evaluation--Commercial Items applies to this acquisition: 52.212-2 Evaluation--Commercial Items (JAN 1999) a. Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price which meets or exceeds the requirements. Once an offer has been determined to be technically acceptable, then the Offeror with the lowest evaluated price will be awarded the contract. If an offer is not technically acceptable it will not be considered. The Offeror of an "or equal item" must submit data that adequately demonstrates that its product meets or exceeds the salient characteristics of the solicitation in accordance with the clause at FAR 52.211-6, Brand Name or Equal. A general statement of compliance or restatement of the salient characteristics is insufficient. An offeror must clearly identify in writing they are providing the brand name or an equal product by annotating it on their quote. Offerors who are providing an "or equal" shall include in their quote a sample to include descriptive literature or description literatures such as illustrations, drawings, or a clear reference, such as a web site to information readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offeror cannot comply with every requirement that offer will not be considered. Paragraphs b and c are not applicable as shown below: (b) Options. The Government will evaluate offers for award purposes 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 options 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. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JUN 2010) applies to this acquisition and the following addenda, applies: FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998): 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/. 5352.201-9101 Ombudsman (June 2010): (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, Kim Diercks 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-2379 email: Kim.Diercks@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): (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, valid vehicle insurance certificate, and (refer to USAFA A-01 Contractor Access to USAFA Instruction) 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. (End of clause) (f) Failure to comply with these requirements may result in withholding of final payment. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) (OCT 2010) applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) 52.219-28 Post-Award Small Business Program Representation (Apr 2009) 52.222-3 Convict Labor (Jul 2010) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (Jul 2010) 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 (Oct 2010) 52.222-50 Combat Trafficking in Persons (Feb 2009) 52.222-99 Notification of Employee Rights Under The National Labor Relations Act (Deviation) (Jun 2010) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 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 STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEVIATION) (JUN 2010) APPLIES TO THIS ACQUISITION. Additional DFARS clauses cited in the clause applicable to this acquisition are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009) 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payments Request (MAR 2008) 252.232-7010 Advance Payment Pool (JUL 2010) (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-11-T-0008/listing.html)
 
Place of Performance
Address: United States Air Force Academy, USAF Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN02324632-W 20101111/101109233955-1e7ee083cc884b759336a4798d307daf (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.