Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2015 FBO #4997
SPECIAL NOTICE

84 -- USAF BMT Metal Name Tags - Notice (Word Doc)

Notice Date
7/28/2015
 
Notice Type
Special Notice
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 902nd Contracting Squadron, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
 
ZIP Code
78150-4525
 
Solicitation Number
USAFBMTMETALNAMETAGS
 
Archive Date
8/22/2015
 
Point of Contact
Richard Bush, Phone: 210-652-8846, Vivian Fisher, Phone: 210 652-8596
 
E-Mail Address
richard.bush.3@us.af.mil, vivian.fisher@us.af.mil
(richard.bush.3@us.af.mil, vivian.fisher@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Word Doc copy of Notice 1. The 502d Contracting Squadron, Joint Base San Antonio (JBSA) - Randolph AFB, TX (502 CONS/JBKCA) intends to issue a Request for Proposal (RFP) for a five (5) year Indefinite-Delivery Requirements contract to furnish Metal Name Tags for Basic Military Trainees (BMT) and prior military service personnel attending training at JBSA-Lackland AFB, TX. The acquisition will be a 100% Small Business set-aside under North American Industry Classification Code (NAICS) 332999 with a size standard of 500 employees. The period of performance will be a base plus four options years, with the potential to extend services up to six (6) additional months. All information required for submission of an offer will be set forth in the RFP scheduled for upload to the Federal Business Opportunities website ( https://www.fbo.gov/ ) on or about 7 August 2015, with proposals due on or about 28 August 2015. 2. This notice is issued to provide special instructions to potential offerors regarding the pre-bid submission of ten (10) Name Tag samples to The Institute of Heraldry (TIOH). 3. The Requirements contract resulting from the RFP will fulfill all of the agency's needs for finished metal United States Air Force (USAF) name tags, to be manufactured in accordance with (IAW) The Institute of Heraldry (TIOH) specifications for approximately 37,790 BMT trainees/prior service personnel transitioning through JBSA-Lackland annually. 4. The contract awardee will be required to provide the personnel, equipment, tools, materials, supervision, transportation, and other items necessary to make metal USAF name tags IAW the TIOH specifications below, as extracted from the Statement of Work to be issued with the RFP: a. The name tag will be made of Red Brass (Name Plate) with Plastic (Attaching Insert). b. Dimensions will be Height (overall) ¾ inches, Width (overall) 3 inches, Thickness (Name Plate) 0.025 inch+/- 0.005 inch and Thickness (Overall) 0.105 inch +/- 0.005 inch. c. The Finish shall be Nickel Plated, Silver Plated, Matte Finish with a brushed silver finish. d. Attaching device shall be prong and clutch type located on the horizontal center line 9/16 inch from each end of the plastic edge and 3/8 inch in length. e. The name tag lettering shall be standard block or SL513 Portuguese font engraved in all capital letters and be 1/4 inch in height. When a lower case letter is specified in the order, the letter shall be 1/8 inch in height. The lines forming the letter shall use no less than 0.030 inch or more than 0.040 cutting head. NOTE: The font on the nametags shall be adjusted to accommodate extra-long last names. f. An epoxy-based paint shall be applied to the engraved letters. The paint shall match Pantone Color 2747C. g. The name tag is to be packed in a protective plastic tube encased in a ply-bag. i. The poly-bag shall have a minimum wall thickness of 2 mils. ii. The protective tube shall be clear plastic, not less than 0.015 inches in thickness, and not less than ¾ inch in diameter. h. The finished name tag shall be lacquered using a clear synthetic baking lacquer. i. The required delivery of the finished product will be two weeks (14 days) from the time an order is placed with the Contractor. j. Defective products made by the Contractor will be corrected at no cost to the Government. Mistakes made by the Government will be corrected at Government cost. Defective or misspelled name tags will be returned upon Contractor-request only, and the Contractor will bear any costs associated with the return. Defective or misspelled name tags will be redone and delivered to the Government within three (3) business days from notification of the defect/ misspelling. Defects will not exceed 1% of the semi-annual total order. In addition to the required delivery of two weeks for routine orders, name tags requiring corrections due to defects/ misspellings must be delivered within three (3) business days after the Contractor is notified. 5. IAW Federal Acquisition Regulation (FAR) 52.212-2 - Evaluation - Commercial Items, an evaluation factor for award will be the technical capability of the items offered to meet the Government requirement. The Institute of Heraldry, Technical and Production Division, will conduct the technical evaluation of the Name Tags and certify the products as Acceptable or Unacceptable. This certification will need to be submitted to the 502 CONS/JBKCA with the price proposal. The Institute of Heraldry requires two weeks for testing, thus interested parties are highly encouraged to submit ten (10) samples as soon as possible to the following address: Attention: Antonio Fulcher The Institute of Heraldry 9325 Gunston Road, Bldg 1466, Room E-103 Fort Belvoir, Virginia 22060-5579 Clearly label the submission "USAF BMT Metal Names Tags" as neither the Government nor the TIOH will be responsible for lost or misdirected packages. 6. Prospective Contractors must be registered in the DOD System for Award Management (SAM) database ( https://www.sam.gov/portal/public/SAM ) in order to receive a Government contract, no exceptions. Registration requires applicants to have a DUNS Number. Recommend registering immediately in order to be eligible for a timely award. 7. This is a paperless acquisition. The RFP and associated documents will be available for download from the FBO website: https://www.fbo.gov/ and the offeror is responsible to check the website periodically for updates. Questions regarding this notice should be submitted in writing, to both of the points of contact identified above. 8. The Government reserves the right to cancel this acquisition at any point in the process and any costs incurred in responding to this notice or the future RFP shall be borne by the responder.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/USAFBMTMETALNAMETAGS/listing.html)
 
Place of Performance
Address: 502 LRS, 1550 Wurtsmith Suite 4, Bldg. 5725, Lackland AFB, Texas, 78236, United States
Zip Code: 78236
 
Record
SN03813636-W 20150730/150729000052-e0292c468cfb2443b46358395e9898dd (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.