Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2012 FBO #3724
SOLICITATION NOTICE

99 -- Airman Coin - COIN ART

Notice Date
2/2/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802D Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
12TC156
 
Point of Contact
Kenneth K. Drake, Phone: 210-671-1765
 
E-Mail Address
kenneth.drake@us.af.mil
(kenneth.drake@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
ARTWORK FOR PROTOTYPE COIN 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) and the reference number is 12TC156. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55 and DFARS change notice 20111220. The Offeror must be an authorized dealer and must quote on an all or none basis. Written quotes are required (oral offers will not be accepted). Submission of quotes must be in accordance with FAR 52.212-1, Instructions to Offerors, Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror, whose offer is the best value and the most advantageous to the Government which is conforming to the solicitation. Please include CAGE Code, DUNS, Tax Identification Number, FOB Point, and Discount Terms. Availability and how long it will take to ship to Lackland AFB, TX 78236. Quotes must be valid through 30 May 2012. This is a 100 percent small business set aside. The NAICS Code is 339999 and the size standard is 500. 0001: Airman Coin. Dimension description: 1 1/2 ' Dia. X.125' thick * Coin is built from brass etched enamel medals * Both sides have CAPITAL letters -- Side A * Wording around the coin will be dark blue background and raised bronze CAPITAL letters and read: *EXCELLENCE IN ALL WE DO * INTEGRITY FIRST * SERVICE BEFORE SELF* * Center of coin will be the Army Air Corp image 'Hap Arnold' wings (please see attachment) * Gold color wings * White star with red dot in middle * Dark blue background * Above Hap Arnold symbol will read: UNITED STATES AIR FORCE (raised bronze all CAPITAL letters) *Below Hap Arnold symbol will read: 1974 (raised bronze all CAPITAL letters) -- Side B *The side with the Air Force symbol must meet the following size proportions specifications: The ratio of the width of the symbol to the height should be 112% (i.e., width = 112, height = 100). If you know the width, multiply it by 100, then divide by 112 to get the height. If you know the height, multiply it by 112, then divide by 100 to get the width. * The color blue used for the AF symbol must meet the following requirements: Pantone 287 or CMYK (Cyan 100, Magenta 69, Yellow 01, Black 11.5) or RGB (Red 0, Green 48, Blue 143) * Outline of the Air Force symbol will be the bronze color from the brass * Background color will be a dark blue * Wording around the coin will be dark blue background and raised bronze CAPITAL letters and read: AWARDED ON THE OCCASION OF BECOMING AN AIRMAN * IN THE WORLD'S BEST AIR FORCE* Picture coin provided to show any additional items, to include raised center on smaller airforce emblem. Aim High, Fly Fight Win logo around it, and epoxy on both sides. Require a prototype of the coin besent with the quote Require sample coin first article 10 days after award before production. Delivery will be 30 days days after delivery and approval of the first article. QUANTITY: 36,500 EACH. TECHNICAL ACCEPTABLE EVALUATION CRITERIA The government will evaluate the quotes for technical acceptability on a Acceptable/Unacceptable basis. The failure of a quote to meet any or all of the technical criteria will result in a technically unacceptable rating and preclude award. Award will be made to the acceptable quote with the lowest evaluated price who is deemed responsible. CRITERIA: A prototype or the coin must be sent with the quote. Delivery time frame for 50% of coins must be within 30 days after 1st Article upon award. Prototype coin will be evaluated based on crispness of images, engraving, clarity of epoxy covering, proper size and proper spelling. Specific evaluation will be conducted on text font and type, position of words, all upper case letters, width-to-height ratio of the Hap Arnold symbol, and colors. This will be based on the color art sent out with the Request for Quote SEE ATTACHMENT FOR ARTWORK This purchase will comply with the Buy American Act To be eligible to receive an award resulting from this RFQ, Offerors must be registered in the DOD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov. Offerors shall electronically complete FAR 52.212-3 Offeror Representations and Certifications-Commercial Items at website http://www.bpn.gov/orca. The following clauses and provisions are applicable to this solicitation. FAR 52-211-17, Delivery of excess quantities; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items, Addendum: Para c of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business program Re-representation; FAR 52.222-19, Child Labor; FAR 52.222-26, Equal Opportunity; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-50, Trafficking in Persons; FAR 52.223-18, Contractor Policy to Band Text Messaging While Driving; FAR 52.225-1, Buy American Act-Supplies; FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.247-34, FOB Destination; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A; DFARS 252.232-7003, Electronic Submission of Payment Requests; FAR 52.252-1, Solicitation Provisions Incorporated By Reference; FAR 52-252-5, Authorized Deviations in Provisions; FAR 52.252-2, Clauses Incorporated By Reference; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); AFFARS 5332.201-9101 Ombudsman. All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil or www.arnet.gov.. Offers must be received no later than 21 Feb 12 at 10:00 a.m. (Central Time). Offers may be sent by fax, or electronically. The Point of Contact for this solicitation is Kenneth Drake, kenneth.drake@us.af.mil. Phone number is (210) 671-1765. Fax number is (210) 671-1199. The Contracting Officer is Shirley M. Henderson, shirley.henderson@us.af.mil Phone number is (210) 671-5165
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/12TC156/listing.html)
 
Place of Performance
Address: BMT WHSE, Bldg 5189, Lackland AFB, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02666762-W 20120204/120202235328-08bc344d59f48fc5cf2d620d6b3ad4ea (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.