Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2012 FBO #3787
SOLICITATION NOTICE

65 -- Athletic Tape

Notice Date
4/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies 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
FA700012T0036
 
Archive Date
5/1/2012
 
Point of Contact
Patricia L. Seroka, Phone: 7193336677, Russell W. Jordan, Phone: 7193333961
 
E-Mail Address
patricia.seroka@us.af.mil, russ.jordan@usafa.af.mil
(patricia.seroka@us.af.mil, russ.jordan@usafa.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Athletic Department - Athletic tape Combined Synopsis/Solicitation IAW FAR 12.603 This is a combined synopsis/solicitation for Brand Name or Equal 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 FA7000-12-T-0036, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-56, 02 April 2012. The North American Industry Classification System Code [NAICS] is 339113 and the size standard is 500 employees. All responsible sources may submit a quote, which if received timely, will be considered by the 10th Contracting Squadron, USAF Academy (USAFA). Please read and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this RFQ 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. ITEM DESCRIPTION : The United States Air Force Academy Athletic Department has a Brand Name or Equal requirement to purchase athletic tape as follows: Johnson and Johnson Zonas athletic tape, Johnson and Johnson Elastikon tape, and Cramer Eco-Flex stretch tape, in various sizes. Salient characteristics: 1"wide, 1 wide 5", 2"wide Zonas Athletic tape - High tensile strength tape prevents breakage during athletic practices, games and weight training. - Uniform tension provides ideal and consistent unwind during application, allowing for equal pressure over the entire taped area/body part - Porous tape allows for perspiration to escape from the skin during athletic activities reducing skin irritation and blister - Considered athletic grade tape which is more durable than hospital grade tape 1"wide 2"wide, 3"wide Johnson and Johnson Elastikon Elastic Tape - Provides reliable support for sprains, strains and muscle injuries - Soft, cotton elastic tape conforms readily to joint contours, provides consistent elasticity - Porous, permitting skin to breath and sweat to pass through, reducing skin irritation and blisters - Rubber base adhesive strengthens adhesion yet minimizes residue - Red Center line acts as an overlap guide for uniform taping - Athletic grade tape which is more durable than hospital grade tape 2"wide 3"wide Cramer Eco-Flex Stretch Tape - Light weight, self-adhering hand tear able tape with high tensile strength - Highly breathable - Excellent for compression, wound management, and applying protective padding and device directly to the athlete - Able to adhere when wet with sweat and poor field conditions REQUIREMENTS FOR QUOTE Prices quoted must be Firm-Fixed Price to include shipping and handling charges based on F.O.B Destination to USAFA Athletics, 2168 Field House Drive, USAF Academy CO 80840. Provide pricing for each of the following line items: Description Qty Each Unit Price Extended Price LINE ITEM 0001 Zonas Porous Athletic Tape 2" X 15 YD 260 $_____ $_________ 24 Per Case Refer to salient characteristics under Item Description LINE ITEM 0002 Zonas Porous Athletic Tape 1-1/2" X 15 YD 130 $_____ $_________ 32 Per Case Refer to salient characteristics under Item Description LINE ITEM 0003 Zonas Porous Athletic Tape 1" X 10 YD 70 $_____ $_________ 12 Per Box Refer to salient characteristics under Item Description LINE ITEM 0004 Elastikon Elastic Tape 1" X 2.5 YD 24 $_____ $_________ 12 Per Box Refer to salient characteristics under Item Description LINE ITEM 0005 Elastikon Elastic Tape 2" X 2.5 YD 35 $_____ $_________ 6 Per Box Refer to salient characteristics under Item Description LINE ITEM 0006 Elastikon Elastic Tape 3" X2.5 YD 35 $_____ $_________ 4 Per Box Refer to salient characteristics under Item Description LINE ITEM 0007 ECO-Flex Stretch Tape 2" X 6 YD 120 $_____ $_________ 24 Rolls Per Case Refer to salient characteristics under Item Description LINE ITEM 0008 ECO-Flex Stretch Tape 3" X 6 YD 120 $_____ $_________ 16 Rolls Per Case Refer to salient characteristics under Item Description TOTAL PRICE $ ________________ The following Federal Acquisition Regulation (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: IAW DFARS 252.225-7001 Buy American Act and Balance of Payments Program, the offeror must submit the Buy American Act 252.225-7000 Buy American Act--Balance of Payments Program Certificate (see below for certificate) when submitting their quote. The offeror 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, and warranty information. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Addendum to 52.212-1 paragraph c, the offeror agrees to hold the prices in its offer firm for 45 days from date of RFQ closing ( 16 April 2012, 8:00 A.M. Mountain Standard Time. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Quotes must contain adequate information to judge if products meet or exceed the salient characteristics supplied in the solicitation. Only authorized dealers should provide a quote for this brand name or equivalent acquisition. All items must be new and come with the standard manufactures warranty. The offeror must be an authorized reseller. Quotes submitted with used, reconditioned, refurbished, gray market, or liquidated stock will not be considered for award. Quotes must be received no later than 8:00 A.M Mountain Standard Time, 16 April 2012 to patricia.seroka@us.af.mil. Questions should be addressed to the Primary POC Patricia Seroka, Contract Specialist, USAF Academy (719) 333-6677, patricia.seroka@us.af.mil. Alternate POC is Russell Jordan, Contracting Officer, (719) 333-3961, russ.jordan@us.af.mil. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be considered unless it is received before award is made, and the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition. a. 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. b. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Alt 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, Alt I shall be completed in hard copy and submitted with quote. c. 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) 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/. CLAUSES INCORPORATED BY FULL TEXT 52.211-6 -- Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 252.212.7001 (Dev) Contracting officers must ensure that the attached deviation clauses are incorporated into these solicitations and contracts because these deviation clauses fulfill the statutory requirements on auditing and subcontract clauses applicable to commercial items. The deviation also authorizes adjustments to these deviation clauses required by future changes to the clauses at [FAR] 52.212-5 or [DFARS] 252.212-7001 that are published in the FAR or DFARS. 252.225-7000 Buy American Act--Balance of Payments Program Certificate BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JAN 2009) (a) Definitions. "Commercially available off-the-shelf (COTS) item," "domestic end product," "foreign end product," "qualifying country," "qualifying country end product," and "United States" have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that- (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of "domestic end product": Line Item Number Country of Origin (If known) 5352.201-9101 Ombudsman (June 2011) (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, Kelly Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: Kelly.snyder@us.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 Contract 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 [insert any additional requirements to comply with local security procedures] 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) CLAUSES INCORPORATED BY REFERENCE 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010) 52.204-10 Reporting Executive Compensation and first-Tier subcontract Awards (JUN 2010) 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 (JUN 2003) 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) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010) 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 (DEVIATION0 (APR 2010) APPLIES TO THIS ACQUISITION. Additional FAR and FARS 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 (OCT 2011) 252.225-7002, Qualifying Country Sources as Subcontractors (APR 2003) 252.232-7003, Electronic Submission of Payments Request (MAR 2008) 252.232-7010 Levies on Contract Payments (DEC 2006) (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA700012T0036/listing.html)
 
Place of Performance
Address: 2168 Field House Drive, POC: Erik Marsh, USAF Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN02715026-W 20120407/120405235512-6ae5e37d40ac81da4effc80a3f53b199 (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.