Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2011 FBO #3491
MODIFICATION

84 -- Bulk Order Chevrons and Ribbons

Notice Date
6/14/2011
 
Notice Type
Modification/Amendment
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
11TC447
 
Archive Date
7/9/2011
 
Point of Contact
Debra J. Broussard, Phone: 2106714757
 
E-Mail Address
debra.broussard@us.af.mil
(debra.broussard@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format is Subpart 12.6, as supplemental 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. Issued as a Request for Quotation (RFQ) and the reference number is 11TC447. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-20 and DFARS change notice 20070906. This is a 100% small business set-aside. The NAICS code is 314999. The size standard is 500 employees. The offeror must quote on an all or none basis, state discount terms, and warranty information. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. Items sought are "Brand Name or Equal" and specifications/quantities are below: CLIN 0001 - Product number 2-1020ABU - Airman (E-2) chevron, ABU Large, QTY - 7500 PR CLIN 0002 - Product number 2-1021ABU - Airman First Class (E-3) chevron, ABU Large, QTY - 15,000 PR CLIN 0003 - Product number 2-1040 - Airman (E-2) chevron, Blue Small, QTY - 10,000 PR CLIN 0004 - Product number 2-1060 - Airman (E-2) chevron, Blue Large, QTY - 10,000 PR CLIN 0005 - Product number 2-1041 - Airman First Class (E-3) chevron, Blue Small, QTY - 25,000 PR CLIN 0006 - Product number 2-1061 - Airman First Class (E-3) chevron, Blue Large, QTY - 20,000 PR CLIN 0007 - Product number 2-4400 - Airman (E-2) metal chevron, QTY - 5,000 PR CLIN 0008 - Product number 2-4401 - Airman First Class (E-3) metal chevron, QTY - 5,000 PR CLIN 0009 - Product number 2-T100 - Airman (E-2) chevron, ABU Tab, QTY - 5,000 EA CLIN 0010 - Product number 2-T101 - Airman First Class (E-3) chevron, ABU Tab, QTY - 5,000 EA CLIN 0011 - Product number 3-1037G - Air Force Basic Training Ribbon (SLIDE RAIL), QTY - 30,000 EA CLIN 0012 - Product number 3-24 - National Defense Service Ribbon (SLIDE RAIL), QTY - 30,000 EA CLIN 0013 - Product number 3-35 - Air Force Marksmanship Ribbon (SLIDE RAIL), QTY - 10,000 EA CLIN 0014 - Product number 3-1037A - Air Force Honor Graduate Ribbon (SLIDE RAIL), QTY - 10,000 EA CLIN 0015 - Product number 1-1954 - Blue Master Instructor Rope, QTY - 500 EA CLIN 0016 - Product number 2-3609A - Cap strap, male, (BLACK) QTY - 500 EA ***Please note clarification in items CLIN 0011 - CLIN 0014 (6/14/2011) & CLIN 0016 To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov. If 52.212-3, Offeror Representations and Certifications--Commercial Items have been completed online at http://orca.bpn.gov provide DUNS code. Please include Payment Terms, FOB Destination, Availability, and how long it will take to deliver items to Lackland AFB, TX. The following clauses and provisions are applicable to this solicitation: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation of Commercial Items applies-Quotes will be evaluated based on most advantageous to the Government, price, and other factors considered. The following factors are stated in relative importance and shall be used to evaluate quotes: 1.technical capability of the item offered to meet Government requirements; 2. price; 3. delivery. For this procurement, the Best Value determination will be made based on a Lowest Price Technical Acceptable (LPTA) approach. Factor 1: Technical Acceptability: The Government will first evaluate the Technical Acceptability of all timely quotes. Vendors shall quote on all or none basis. In order to be determined Technically Acceptable for this factor, vendors must provide a quote on the brand name specified in the line items or on an equal substitute that meets the needs of the Government. "OR EQUAL" item quotes must list the manufacturer and part number and must be accompanied by literature and/or a brochure detailing the specifications of the equal item including photographs and/or drawings. Factor 2: Price Evaluation: Next, the Government will conduct a price evaluation of all Technically Acceptable quotes. The price evaluation will consist of a comparison of all Technically Acceptable quotes submitted. Prices will be ranked by total evaluated price. Factor 3: Delivery: Finally, the Government will evaluate the proposed delivery schedule of all Technically Acceptable quotes (see FAR 15.304). FAR 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration, 52.233-3 Protest After Award, 52.247-34 FOB Destination, 252.232-7003 Electronic Submission of Payment Requests, 52.222-50 Combating Trafficking Persons, DFARS 252.204-7004 Alt A, Required Central Contractor Registrations, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviations in Clauses. The full text of these clauses may be accessed electronically at this http://farsite.hill.af.mil. Responses to this RFQ may be received via email to debra.broussard@us.af.mil by 10 June 2011, by 1300 hours, Central Standard Time, at the 802nd Contracting Squadron, 1655 Selfridge Ave, Lackland AFB, TX 78236-5286. Quotes should include delivery terms be marked with the reference number. Submission of quote must be in compliance with 52.212-1, Instruction to Offerors - Commercial Items. If you have any questions, contact Debra Broussard debra.broussard@us.af.mil or Ms. Shirley Henderson, shirley.henderson@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/11TC447/listing.html)
 
Place of Performance
Address: 737 TRSS/TSR, BMT WAREHOUSE, BLDG 5189, Lackland AFB, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02472659-W 20110616/110614235320-14a1a208d64f06e838ffc0d9b32959d2 (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.