The solicitation number for this procurement is FA4830-12-Q-Z017 and is issued as a Request for Information (RFI).
This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-58, Defense Acquisition Circular (DAC) DPN 20120629 and Air Force Acquisition Circular (AFAC) 2012-0104. The North American Industry Classification System (NAICS): 333292 this acquisition will be a total small business set aside. The size standard is 500 employees.
LINE ITEM DESCRIPTION QTY UNIT
0001 Hirsch Tajima TFMXC1501 Embroidery Machine
Description: 15 Needle 1 Head
1200 SPM, 17.5" x 20" Sewing Field; Tubular and Wide Cap frame sewing.
Standard Hoops MUST INCLUDE 12cm, 15cm, 18cm, 30 x 30 and 510 x 450 Plastic Tubular Hoops.
Wide Cap frames: (2) 270 Degree Cap Frames and Driver. 6.5 inch color LCD panel
Storage: 2 million unique stitches or 256 designs. 1 EA
0002 L-ILEX Illustrator Extreme Tajima DG/DL Software by PULSE PACKAGE
Illustrator provides several digitizing approaches from traditional to more advanced techniques. Over 245 Pre-selected fonts and a collection from Hirsch of 1000 Pre-selected designs. 1 EA
0003 On Moody AFB training REQUIRED 1 EA
**This is a brand name or equal Request for Information (RFI) **
***Or Equal Items must meet salient physical characteristics listed in line item description***
Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Information (RFI) should be submitted and shall contain the following information: RFI NUMBER; TIME SPECIFIED FOR RECEIPT OF QUOTES; NAME, ADDRESS; TELEPHONE NUMBER OF QUOTER; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate quantity, unit price and total amount for each item. QUOTES shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein.
PERIOD OF ACCEPTANCE OF OFFERORS: The quoter agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of quotes.
LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of quotes after the exact time specified for receipt of offers WILL NOT be considered.
EVALUATION/AWARD: The Government will award a purchase order to the quoter whose price is judged to represent the best value to the government. Evaluation criteria are as follows: Price, Warranty, ability to meet required specifications within the line item description.
Quoters MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423.
All quoters must be Central Contractor Registered (CCR) and online representation and certification application (ORCA) must be activated. ORCA registration for on line representation and certification requirements may be viewed via the internet at www.bpn.gov. QUOTERS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-3547. Quoters that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration.
The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents.
FAR 52.212-3, Offeror Representations and Certifications-Commercial Items
FAR 52.212-4, Contract Terms and Conditions-Commercial Items;
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation).
FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred,
Suspended, or Proposed for Debarment.
-Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference:
FAR 52.222-3, Convict Labor (E.O. 11755);
FAR 52.233-4, Applicable Law for Breach of Contract Claim;
FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies;
FAR 52.222-21, Prohibition of Segregated Facilities;
FAR 52.222-26, Equal Opportunity (E.O. 11246);
FAR 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793);
FAR 52.222-50, Combating Trafficking in Persons.
FAR 52.225-13 Restriction on certain foreign Purchase;
FAR 52.232-33, Payment by Electronic Funds Transfer;
-Pursuant to DFARS 252.212-7001 the following clauses are hereby incorporated by reference;
DFAR 252.225-7001, Buy American and Balance of Paymens Program
DFAR 252.247-7023, Transportation of Supplies by Sea
Applicable to Defense Acquisitions of Commercial Items:
DFAR 252.204-7004, Alternate A. Central Contractor Registration
DFAR 252.232-7003, Electronic Submission of Payment Requests;
AFFAR 5352.201-9101, Ombudsman.
RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 23 CONTRACTING SQUADRON (LGCA2) LOCATED AT 4380B ALABAMA ROAD MOODY AFB, GA 31699 NO LATER THAN 1:00 P.M. E.D.T. ON 20 July 2012. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR INFORMATION (RFI) NUMBER AND TITLE. EMAIL OFFERS WILL BE ACCEPTED AND ARE PREFERRED.
Primary Point of Contact: Woodard C. Moore, SSgt Email: [email protected],
Phone: 229-257-4739, Fax: 229-257-3547
Alternate Point of Contact: Elisha J. Distler, A1C Email: [email protected]
Phone: 229-257-4776, Fax: 229-257-3547