Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2011 FBO #3332
SOLICITATION NOTICE

84 -- Men's and Women's Cross Trainer Shoes - Package #1

Notice Date
1/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
316219 — Other Footwear 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-0014
 
Archive Date
2/3/2011
 
Point of Contact
Brenda S Smith, Phone: 719-333-8265, 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
N/A
 
Description
Buy American Act Certificate Sample Bar Code Men's and Women's Cross Trainer Shoes Product Description for Men's and Women's Cross Trainer Shoes 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, (RFQ), solicitation number FA7000-11-T-0014, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-47 effective 13 Dec 2010. The North American Industry Classification System Code (NAICS) is 316219. The proposed acquisition is unrestricted. All responsible sources may submit a quote, which if received timely, will be considered by the 10 th 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 following provides the salient characteristics that will satisfy the Governments needs: Description Quantity Unit Price Extended Price Men's Cross Trainer Shoes: 1114 pair $________ $____________ IAW USAFA PD 34TRW/SDCU 251, Dated 06 Feb 04. See Attachment 1 for description. REQ.# STOCK NUMBER SIZE QTY 0033 8430L9022137000 7M 10 0034 8430L9022147000 7-1/2M 2 0035 8430L9022157000 8M 20 0036 8430L9022167000 8-1/2M 24 0037 8430L9022177000 9M 100 0038 8430L9022187000 9-1/2M 100 0039 8430L9022197000 10M 120 0040 8430L9022207000 10-1/2M 100 0041 8430L9022217000 11M 180 0042 8430L9022227000 11-1/2M 100 0043 8430L9022237000 12M 150 0044 8430L9022257000 13M 130 0045 8430L9022277000 14M 60 0046 8430L9022297000 15M 10 0047 8430L9022317000 16M 6 0048 8430L9022337000 17M 2 TOTAL 1114 REQUEST UNIT PACK OF ONE PAIR PER BOX AND EITHER 6 PAIRS/12 PAIRS PER CARTON. Bar Code Label Requirement: A bar code label containing a 10ABW/LGLC approved stock number, brief description and size must be placed on each box and on each shipping container. 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 Attachment 2 for bar code example. A sample bar code label shall be submitted for approval within 10 days of receipt of notice of contract award. Submittals shall be made to: 10 LG/LGCB Attn: Brenda Smith 8110 Industrial Drive, Ste. 200 USAF Academy, CO 80840-2315 Women's Cross Trainer Shoes: 290 pair $________ $____________ IAW USAFA PD 34TRW/SDCU 251, Dated 06 Feb 04. See Attachment 1 for description. REQ# STOCK NUMBER SIZE QTY 0049 8430L9021937000 6M 2 0050 8430L9021947000 6-1/2M 20 0051 8430L9021957000 7M 40 0052 8430L9021967000 7-1/2M 35 0053 8430L9021977000 8M 45 0054 8430L9021987000 8-1/2M 35 0055 8430L9021997000 9M 36 0056 8430L9022007001 9-1/2W 4 0057 8430L9022017001 10W 30 0058 8430L9022017000 10M 30 0059 8430L9022027000 10-1/2M 6 0060 8430L9022037000 11M 7 TOTAL 290 REQUEST UNIT PACK OF ONE PAIR PER BOX AND EITHER 6 PAIRS/12 PAIRS PER CARTON. Bar Code Label Requirement: A bar code label containing a 10ABW/LGLC approved stock number, brief description and size must be placed on each box and on each shipping container. 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 Attachment 2 for bar code example. A sample bar code label shall be submitted for approval within 10 days of receipt of notice of contract award. Submittals shall be made to: 10 LG/LGCB Attn: Brenda Smith 8110 Industrial Drive, Ste. 200 USAF Academy, CO 80840-2315 TOTALPRICE $____________ 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 vendor shall also submit a sample cross trainer shoe or descriptive literature to the contracting officer for evaluation based on the required salient characteristics stated. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Quotes, including a sample cross trainer shoe or descriptive literature, and the Buy American Act Certificate, must be received no later than 10:00 a.m. Mountain Time, January 19, 2011 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. Quotes will be evaluated on a pass/fail basis to determine whether the proposed cross trainer shoes meet the salient physical, functional, or performance characteristics of cross trainer shoes specified in USAFA PD 34 TRW/SDCU 251, dated 6 Feb. 2004 (see Attachment 1). b. Once a quote has been determined to be technically acceptable, then the quote with the lowest evaluated price will be awarded the contract. 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. Request unit pack of one pair per box and either 6 pairs/12 pairs per carton. Delivery is required no later than 25 Mar 2011. SHIP TO ADDRESS: Cadet Store Officer - FX7000 Mitchell Hall Annex, Bldg 2351 USAF Academy, CO 80840 719-333-3017 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 (See Attachment 3), 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 apply to this acquisition •52.212-2 Evaluation--Commercial Items (Jan 1999) 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 factor shall be used to evaluate offers: Quotes will be evaluated on a pass/fail basis to determine whether the proposed cross trainer shoes meet the salient physical, functional, or performance characteristics of cross trainer shoes specified in USAFA PD 34 TRW/SDCU 251, dated 6 Feb 2004 (see Attachment 1). Contractors shall include in their quote description literature such as illustrations, drawings, or a clear reference to information readily available to the Contracting Officer along with a sample cross trainer shoe. The Contracting Officer is not responsible for locating or obtaining any information not identified in their quote. Once an offer has been determined to be technically acceptable, then the quote with the lowest evaluated price will be awarded the contract. 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: 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: 52.222-3 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) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Sep 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) 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/. 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) 5352.201-9101 Ombudsman (Jun 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 (Jun 2010): 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. f. Failure to comply with these requirements may result in withholding of final payment. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-11-T-0014/listing.html)
 
Place of Performance
Address: Mitchell Hall Annex, Bldg 2351, USAF Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN02355737-W 20110108/110106234359-0c5d961ec2581772cf71042c7dfc7ad8 (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.