This is a combined synopsis/solicitation for commercial items or services 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 solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA7000-05-T-0100, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-03 effective April 11, 2005. The North American Industrial Classification System (NAICS) number is 315192 and the business size standard is 500 employees. The proposed acquisition is reserved for 100% small businesses.
LINE ITEM 0001 280 pair $_______ total $_________â
LINE ITEM 0002 270 each $_______ total $_________â
LINE ITEM 0003 930 pair $_______ total $_________â
LINE ITEM 0004 1325 each $_______ total $_________â
This is name brand purchase â no subsitutes
CLIN 0001 PANTS, THERMAL, WOMEN POLORMAX STYLE 3C32Z
In accordance with Purchase Description 34th TRW/SDCU 55246 dated 01 April 2003
REQ# STOCK # SIZE QTY
0001 8415L9029717000 SMALL 100
0002 8415L9029727000 MEDIUM 130
0003 8415L9029737000 LARGE 35
0004 8415L9029747000 X-LARGE 15
COLOR: BLACK 280 TOTAL
CLIN 0002 SHIRT, THERMAL, WOMEN POLORMAX STYLE 3C31Z
In accordance with Purchase Description 34th TRW/SDCU 55246 dated 01 April 2003
REQ# STOCK # SIZE QTY
0005 8415L9029767000 SMALL 100
0006 8415L9029777000 MEDIUM 150
0003 8415L9029707000 X-SMALL 20
COLOR: BLACK 270 TOTAL
CLIN 0002 PANTS, THERMAL, MEN POLORMAX STYLE 3C12Y
In accordance with Purchase Description 34th TRW/SDCU 55246 dated 01 April 2003
REQ# STOCK # SIZE QTY
0008 8415L9029857000 SMALL 20
0009 8415L9029867000 MEDIUM 500
0010 8415L9029877000 LARGE 300
0011 8415L9029887000 X-LARGE 100
0012 8415L9029897000 XX-LARGE 10
COLOR: BLACK 930 TOTAL
CLIN 0002 SHIRT, THERMAL, MEN POLORMAX STYLE 3C11K
In accordance with Purchase Description 34th TRW/SDCU 55246 dated 01 April 2003
REQ# STOCK # SIZE QTY
0013 8415L9029807000 SMALL 100
0014 8415L9029817000 MEDIUM 500
0015 8415L9029827000 LARGE 500
0016 8415L9029837000 X-LARGE 200
0017 8415L9029847000 XX-LARGE 25
COLOR: BLACK 1325 TOTAL
UNITED STATES AIR FORCE ACADEMY
COMMERCIAL ITEM PURCHASE DESCRIPTION 34TRW/SDCU 55246
ACCLIMATE® MENâS, AND WOMENâS THERMALS: TOP AND BOTTOM
1 APRIL 2003
A. ABSTRACT. This purchase description covers the requirements for thermals made of Acclimate® fabric. The thermals shall include menâs and womenâs top and bottom, and will be used under the Battle Dress uniforms during cold weather training.
B. FIRST ARTICLE
Before production is commenced the contractor shall submit to the contracting officer, for approval, one size: medium menâs, top and bottom, and one womenâs size medium top and bottom thermals, in accordance with this commercial item description.
C. DESIGN
1. The top and bottom shall be black in color and be made of 90% Acclimate® polyester, and 10% spandex fabric, 4 way stretch, and Acclimate® moisture management properties.
Note: Certification of compliance, shall be requested by government on all components to include Acclimate® fabric certification, if the government deems necessary
2. Top: The design for the thermal top shall have a mock turtleneck, long sleeve and be stitched together with a flatlock seam at the neck, shoulder seam, armhole seam, and side seam.
3. Bottoms: The design for the thermal bottom shall have an enclosed elastic waistband, long legged, a gusset at the crotch area, stitched together with a flatlock seam at the gusset area and inseam.
D. SIZES
1. The thermals shall be available in the following sizes:
Men SIZES Tops Bottom
S 34-36 28-30
M 38-40 32-34
L 42-44 36-38
XL 46-48 40-42
Women SIZES Tops Bottom
S 32-34 24-26
M 35-37 27-29
L 38-40 30-32
XL 41-43 33-35
E. CERTIFICATION
1. The contractor shall certify that the product offered meets the commercial item description and that the product conforms to the producerâs own drawings, specifications, standards and quality assurance practices. The Government reserves the right to require proof of such conformance prior to the first delivery and thereafter as may be otherwise provided for under the provisions of the contract. Reliance on contractor quality assurance systems shall not relieve the contractor of the responsibility of ensuring that all products submitted to the Government for acceptance comply with all requirements of the contract.
2. Certification of Compliance: Unless otherwise specified in the contract or purchase order, certificates of compliance, shall be requested by government on all components, if the government deems necessary
CUSTODIAN PREPARING ACTIVITY
USAFA Academy CO 80840 - 8210 Cadet Uniforms, QAP, (34 TRW/SDCU)
USAF Academy CO 80840-8210
REVIEWING ACTIVITY
Support Division (34 TRW/SD)
USAF Academy CO 80840-8210
sample photographs can be provided by emailing:
[email protected]
FOB Destination ONLY
Bar Code label requirement: A bar code label containing a 10 ABW/LGLC approved stock number, brief description and size must be placed on each package of 6 each and on each shipping container. A sample bar code is available upon request via e-mail. Instructions will provided to the awardee on the submittal of the bar code via purchase/delivery order.
Must be registered with Central Contractor Registration CCR This is a requirement to do business with the Department of Defense Air Force. No contract can be awarded to any company without this registration: www.bpn.gov/CCRINQ.
This Product must comply with the Buy American Act (100% manufactured in the USA; and at least 51% of the cost of materials made, fabricated, purchased must be MADE IN THE USA.)
Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-1 is supplemented as an addenda: "Contractor shall submit their quote on company letterhead, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, an over all total price, any discount terms, cage code, DUNS number, size of business, acknowledgement of solicitation Amendments, a completed copy of the representations and certifications at FAR 52.212-3 (http://orca.bpn.gov/publicsearch.aspx) and DFARS 252.225-7000 (http://farsite.hill.af.mil/), Buy American Act-Balance of Payments Program Certificate must be signed.
The provisions at 52.212-2, Evaluation--Commercial Items applies to this acquisition. The Government will award a contract from this solicatation to the responsive responsible offeror who conforms to this solicitation. The following factors shall be used to evaluate offers: Low Price. The Government intends to evaluate offers and make award without discussions; however this does not preclude the Government from having discussions if it is in the best interest of the Government to do so.
The clause 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda, applies: FAR 52.252-2 Clauses Incorporated by Reference: 52.242-15 Stop Work Order, 252.225-7031 Secondary Boycott of Israel. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address: http://farsite.hill.af.mil/.
The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 14, 15, 16, 17, 18, 19, 20, and 30. DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the inclusion of the following: DFARS 252.225-7001 Buy American Act - Balance of Payments Program Certificate and 252.232-7003 Electronic Submission of Payment. Offers must be received NLT 3 PM Mountain Daylight Time 20 April 2005, at 10th ABW/LGCB, Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated.
The contractor who receives the award shall provide a sample bar code label for approval A sample label is available upon request via email.
Please submit any questions and/or quotes via e-mail to the
[email protected] Or fax TO: Ronnie Wilkinson, Contract Specialist (719) 333-9103. Please contact Diana Myles-South, Contracting Officer, 719-333-8650 or email to
[email protected] in my absence.
(End of Text)
Bid Protests Not Available