Please see the table below for the list of line items required under this solicitation.
LINE ITEM DESCRIPTION Qty UNIT
0001 5.40oz 50/50 Cotton/poly T-Shirt OR EQUAL
Print: Front Left Chest Logo
Print: Full back (Wave/Floral) three color design
Color: Black
Size: Small 250 EA
0002 5.40oz 50/50 Cotton/poly T-Shirt OR EQUAL
Print: Front Left Chest Logo
Print: Full back (Wave/Floral) three color design
Color: Black
Size: Medium 250 EA
0003 5.40oz 50/50 Cotton/poly T-Shirt OR EQUAL
Print: Front Left Chest Logo
Print: Full back (Wave/Floral) three color design
Color: Black
Size: Large 250 EA
0004 5.40oz 50/50 Cotton/poly T-Shirt OR EQUAL
Print: Front Left Chest Logo
Print: Full back (Wave/Floral) three color design
Color: Black
Size: Extra Large 250 EA
0005 5.40oz 50/50 Cotton/poly T-Shirt
Left Chest Screen-print/Full back Screen-print OR EQUAL
Color: Neon Yellow
Size: Small
Product Code: PC54 10 EA
0006 5.40oz 50/50 Cotton/poly T-Shirt
Left Chest Screen-print/Full back Screen-print OR EQUAL
Color: Neon Yellow
Size: Medium
Product Code: PC54 30 EA
0007 5.40oz 50/50 Cotton/poly T-Shirt
Left Chest Sceenprint/Full back Screenprint OR EQUAL
Color: Neon Yellow
Size: Large
Product Code: PC54 30 EA
0008 5.40oz 50/50 Cotton/poly T-Shirt
Left Chest Sceenprint/Full back Screenprint OR EQUAL
Color: Neon Yellow
Size: Extra Large
Product Code: PC54 30 EA
**Please see attached documents for specified T-Shirt Print designs. In addition, The Blue Wave and Floral back print designs are to be split evenly between the black T-shirts ONLY.
Award shall be made in the aggregate, all or none. Delivery date will be 30 days after contract award.
Please include the cost of shipping the items to:
Defense Logistics Agency Defense Distribution Depot San Joaquin (DDJC), Tracy Depot
Address: Bldg. 30, CCP, 25600 Chrisman Road, Tracy, CA 95376
Tel: (209)-982-4283
Fax: (209)-982-3790
E-Mail Address: [email protected]
EVALUATION CRITERIA: Evaluation of quotations will be completed in accordance with FAR 13.106-2. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and represents the best value to the Government.
Evaluation Factors: (1) Technical and (2) Price.
The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.212-1 Instructions to Offerors -- Commercial Items
FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items
FAR 52.212-4 Contract Terms and Conditions - Commercial Items
FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation)
FAR 52.222-50 Combating Trafficking in Persons
FAR 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons
FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving
FAR 52.225-13 Restrictions on Certain Foreign Purchases
FAR 52.228-3 Workers Compensation Insurance (Defense Base Act)
FAR 52.228-4 Workers Compensation and War-Hazard Insurance Overseas
FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management
FAR 52.233-4 Applicable Law for Breach of Contract Claim
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information
DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.244-7000 Subcontracts for Commercial Items
AFFARS 5352.201-9101 Ombudsman
5352.201-9101 OMBUDSMAN (APR 2014)
(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 interested 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, the interested party may contact the ombudsmen:
Air Force Installation Contracting Agency (AFICA)/KP Director
1940 Allbrook Drive, Building 1
Wright-Patterson AFB OH 45433
Phone: (937) 257-5529
Fax: (937) 656-0919
Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsm level, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431.
(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)
Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the System Award Management (SAM) at http://www.sam.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil.
Please send any response to [email protected] NO LATER THAN 0630 on 27 Jul 16 (JST) or 1630 on 26 Jul 16 (EST). Point of contact is Joshua Lavin, 2d Lt, Contract Specialist, telephone 011-81-176-77-4887, [email protected]. Alternate POC is Tavis Salas, MSgt, Contracting Officer, telephone 011-81-176-77-5336, [email protected].