Federal Bid

Last Updated on 02 Feb 2011 at 9 AM
Combined Synopsis/Solicitation
Force Pennsylvania

Men's and Women's Thermal Wear

Solicitation ID FA7000-11-T-0015
Posted Date 11 Jan 2011 at 2 PM
Archive Date 02 Feb 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa7000 10 Cons Lgc
Agency Department Of Defense
Location Force Pennsylvania United states
 

This is a combined synopsis/solicitation for 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 FA7000-11-T-0015, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-47 effective 13 Dec 2010. The North American Industry Classification System Code (NAICS) is 315192 and the size standard is 500. This is a 100% small business set-aside acquisition. All responsible sources may submit a quote, which if received timely, will be considered by the 10th Contracting Division, USAF Academy (USAFA).

Please read and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this combined synopsis/solicitation 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.

The USAF Academy has a requirement for men's and women's desert sand color, thermal shirts and pants.  The following provides the salient characteristics that will satisfy the Government's needs:

Description                        Quantity          Unit Price        Extended Price

Shirts, Thermal,
Women's, MFG IAW       270 each       
$________     $_________
34TRW/SDCU PD 55246,
Dated 10 Aug.
2009
(See Attachment 1).  Color: 
Desert
Sand.  Size and
quantity listed below:
Small - 60 each
Medium - 180 each
Large - 30 each                                                                                

Shirts, Thermal, Men's,   900 each         $________      $_________
MFG IAW 
34TRW/SDCU
PD 55246, Dated 10 Aug.
2009 (See Attachment 1). 
Color:  Desert
Sand.  Size
and quantity listed below:
Small - 120 each
Medium - 500 each
Large - 280 each

Pants, Thermal, Women's,  270 pair          $________     $________
MFG IAW 
34TRW/SDCU
PD 55246, Dated 10 Aug.
2009 (See Attachment 1). 
Color:  Desert
Sand.  Size
and quantity listed below:
Small - 20 pair
Medium - 150 pair
Large - 100 pair       

Pants, Thermal, Men's,      944 pair          $________      $________
MFG IAW 
34TRW/SDCU
PD 55246, Dated 10 Aug.
2009 (See Attachment 1). 
Color:  Desert
Sand.  Size
and quantity listed below:
Small - 60 pair
Medium - 600 pair
Large - 220 pair
XLarge - 60 pair
XXLarge - 4 pair     

TOTAL PRICE            $___________                                                                                                                       

The following Federal Acquisition (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:  The contractor 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, warranty information and acknowledgement of solicitation amendments if required. The vendor shall also submit descriptive literature to the contracting officer for evaluation based on the required salient characteristics stated.  The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.

Quotes, including descriptive literature, and the Buy American Certificate must be received no later than 10:00 a.m. Mountain Time, January 18, 2011 at the 10 CONS/LGCB, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315.  Please submit quotes, descriptive literature, and the Buy American Certificate by e-mail to Brenda Smith at [email protected].  In my absence, please contact Diana Myles-South, Contracting Officer, (719) 333-8650 or email to [email protected].

 

Addenda to FAR 52.212-1, Proposal Preparation Instructions:

a.   Initially, quotes will be evaluated on a pass/fail basis who can meet or exceeds the salient characteristics stated in the specifications 34TRW/SDCU PD 55246, dated 10 Aug 09.  Then those vendors who pass technically (Pass/Fail), will be evaluated on who offered the lowest price.

b.   The Offeror must submit data that adequately demonstrates that its product meets or exceeds the salient characteristics defined in the specifications of the solicitation.  A general statement of compliance or restatement of the salient characteristics is insufficient.  Offerors shall include in their quote descriptive literature or description literatures such as illustrations, drawings, or a clear reference, such as a web site to information readily available to the Contracting Officer.  The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.  If an offeror cannot comply with every requirement that offer will not be considered

c.   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. Delivery is required no later than 22 March 2011.

SHIP TO ADDRESS:
Cadet Store Officer - FX7000
Mitchell Hall Annex, Bldg 2351
USAF Academy, CO 80840
719-333-3017 

d.   The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and its Alternate 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 and its Alt I shall be completed in hard copy and submitted with quote. 

e.   The provision at DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate (attachment 1), must be completed, signed and returned with quote.  The certificate can also be obtained at http://farsite.hill.af.mil/).  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).

  

52.209-4     FIRST ARTICLE APPROVAL--GOVERNMENT TESTING (SEP 1989) - ALTERNATE I (JAN 1997)

a.   The Contractor shall deliver 1 each women's thermal shirt size medium, 1 each men's thermal shirt size medium, 1 each women's thermal pants size medium, and 1 each men's thermal pants size medium, within 20 calendar days from the date of this contract to the Government at 10 CONS/LGCB, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315, attention Brenda Smith, Contracting Specialist, for first article tests. The shipping documentation shall contain this contract number and the Lot/Item identification. The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contract.

b.   Within 5 calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval.

c.   If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall furnish any additional first article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this first article within the time limit specified in paragraph (b) of this clause. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests.

d.   If the Contractor fails to deliver any first article on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract.

e.   Unless otherwise provided in the contract, the Contractor--

1.   May deliver the approved first article as a part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing; and

2.   Shall remove and dispose of any first article from the Government test facility at the Contractor's expense.

f.   If the Government does not act within the time specified in paragraphs (b) or (c) of this clause, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay.

g.   The Contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the first article during any first article test.

h.   Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government.

i.   The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the Offeror/Contractor and have been accepted by the Government. The Offeror/Contractor may request a waiver.

j.   The Contractor shall produce both the first article and the production quantity at the same facility.
(End of clause)

  

The provision at FAR 52.212-2, Evaluation--Commercial Items apply to this acquisition:

•52.212-2Evaluation--Commercial Items (Jan 1999)

a.   The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.  The following factor shall be used to evaluate offers:

Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price which meets or exceeds the requirements.  Once an offer has been determined to be technically acceptable then the Offeror with the lowest evaluated price will be awarded the contract.  If an offer is not technically acceptable it will not be considered

Paragraphs b and c are not applicable as shown below:

b.   Options.  The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement.  The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced.  Evaluation of options shall not obligate the Government to exercise the option(s).

c.   A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

 

FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010) applies to this acquisition.

 

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation)  (Oct 2010) applies to this acquisition. 

 

Additional FAR clauses cited in the clause applicable to this acquisition are: 

52.219-6     Notice of Total Small Business Set-Aside  Jun 2003

52.219-28   Post-Award Small Business Program Rerepresentation  Apr 2009

52.222-3     Convict Labor  Jul 2010

52.222-19  Child Labor -- Cooperation with Authorities and Remedies  Jul 2010

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

52.223-18   Contractor Policy to Ban Text Messaging While Driving  Sep 2010

52.225-13  Restrictions on Certain Foreign Purchases  Jun 2008

            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

  

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/.
 

DFARS 252.212-7001     Contract terms and conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items (Deviation) (Jun 2010) applies to this acquisition.  Additional DFARS 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 Jan 2009

252.225-7002   Qualifying Country Sources  as Subcontractors Apr 2003

252.232-7003   Electronic Submission of Payments Request  Mar 2008

252.232-7010   Advance Payment Pool  Jul 2010
 (End of clause)

 

 

5352.201-9101 Ombudsman (Apr 2010):

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, Kim Diercks
8110 Industrial Drive, Ste 103
USAFA, CO 80840
Telephone number 719-333-2074
FAX 719-333-2379
email: [email protected]

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   Contractor Access to Air Force Installations (Jun 2010):

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 (refer to USAFA A-01 Contractor Access to USAFA Instruction) 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)

 

 

 

 

Bid Protests Not Available

Similar Past Bids

Usaf academy Colorado 06 Dec 2005 at 5 AM
Usaf academy Colorado 13 Apr 2005 at 5 AM
Jack Alabama 02 Jul 2012 at 9 PM
Usaf academy Colorado 29 May 2003 at 5 AM