Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2011 FBO #3490
SOLICITATION NOTICE

84 -- Distinctive Uniform

Notice Date
6/13/2011
 
Notice Type
Presolicitation
 
NAICS
315222 — Men's and Boys' Cut and Sew Suit, Coat, and Overcoat Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-11-T-0044
 
Archive Date
8/12/2011
 
Point of Contact
Brenda S Smith, Phone: 719-333-8265, Diana South, Phone: 719-333-8650
 
E-Mail Address
brenda.smith@usafa.af.mil, Diana.Myles-South@usafa.af.mil
(brenda.smith@usafa.af.mil, Diana.Myles-South@usafa.af.mil)
 
Small Business Set-Aside
N/A
 
Description
GENERAL INFORMATION Document Type: Pre-Solicitation Solicitation Number: FA7000-11-T-0044 Posted Date: 13 June 2011 Acquisition: Unrestricted NAICS Code: 315222 FSC Code: 8405 CONTRACTING OFFICE ADDRESS Department of the Air Force, Direct Reporting Units, USAF Academy - 10th Contracting Division, 10 CONS/LGCB, 8110 Industrial Drive, Suite 200, USAF Academy, CO, 80840-2315 DESCRIPTION This is a pre-solicitation notice for a base plus four option years for the manufacturing Air Force Academy Cadet Distinctive Uniforms in accordance with (IAW) United States Air Force Academy (USAFA) Specifications. Estimated 1600 each Cadet Men's Service Coats Specification USAFA CU 120-09, dated 14 April 2011 Estimated 300 each fill-in orders Estimated 425 each Women's Service Coats Specification USAFA CU 2005-01, dated 14 April 2011 Estimated 120 each fill-in orders Estimated 3,000 pair of Men's Trousers Specification USAFA CU 220, dated 9 August 2010 Estimated 500 pair fill-in orders Estimated 500 pair of Women's Slacks Specification USAFA CU 85, dated 6 November 2008 Estimated 200 pair fill-in orders Estimated 50 each Women's Skirts Specification USAFA CU 2010-05, dated 4 June 2010 Estimated 35 each fill-in orders Estimated 10 each Men's Overcoats Specification USAFA CU 300-08, dated 4 June 2010 Estimated 75 each fill-in orders Estimated 10 each Women's Overcoats Specification USAFA CU 2050-03, dated 4 June 2010 Estimated 25 each fill-orders This will be a firm fixed price, Indefinite Delivery Indefinite Quantity (IDIQ) contract with a base year plus four one-year options. Minimum Order Limit: The resulting contract awarded from issuance of this solicitation and evaluation of the offers assigns a minimum guarantee of $200,000.00 for the life of the contract. Maximum Order Limit: The maximum ordering limit is $2,800,000.00 for the life of the contract. The base year performance is 1 October 2011 through 30 September 2012 to include for four one-year options. The Berry Amendment (DFARS.252.225-7012) and Buy American Act (DFARS 252.225-7001), both apply to this acquisition. Materials for the Distinctive Uniform are Government Furnished Material (GFM). Delivery FOB destination to USAF Academy CO 80840. Delivery is required no later than 120 days from receipt of a delivery order. The North American Industry Classification System Code (NAICS) is 315222 and the small business size standard is 500 employees. This acquisition is unrestricted. It is anticipated the solicitation will be issued electronically on or about 1 July 2011 on the Federal Business opportunities (FBO) web page at http://www/fbo.gov. Due date for receipt of proposal will be indicated in the solicitation document when it is released. Once the solicitation is posted on FedBizOpps, it is incumbent upon the interested parties to review this site frequently for any updates or amendments. It should be noted that paper copies of documents will not be provided. Offerors must be registered with Central Contractor Registration (CCR) or may not be considered for award. Registration can be accomplished at http://www.ccr.gov. As of 1 January 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitation as part of the proposal submission process. Representation and Certification are to be accomplished in the database at https://orca.bpn.gov/. Registration requires applicants to have a DUNS number from Dun and Bradstreet and can be obtained at www.dnb.com. The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors will be used to evaluate proposals: Past performance and price (best value) in accordance with FAR 13.106-1(a)(2) and FAR 13.003 (g)(2). Note: All offerors that are large businesses must complete and submit the Subcontracting Plan (Attachment 13) in its entirety. This evaluation criterion is only applicable to large business (small businesses are not required to submit a subcontracting plan): Subcontracting must comply with the instructions at FAR 19.704 - Subcontracting Plan Requirements. The Contracting Officer will evaluate as stated in 19.705-5, and the Contracting Officer will evaluate information provided by the offeror ensuring compliance with 52.219-8 Utilization of Small Business concerns and 52.219-9 Small Business Subcontracting Plan. 5352.201-9101 OMBUDSMAN (April 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: kim.diercks@usafa.af.mil 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) POINT OF CONTACT Questions and responses should be addressed to the primary contact, Brenda Smith, Contract Specialist, at 719-333-8265 or brenda.smith@usafa.af.mil, or the alternate point of contact, Diana Myles-South, Contracting Officer, 719-333-8650 or diana.myles-south@usafa.af.mil. PLACE OF PERFORMANCE Address: 10th Contracting Division 10 CONS/LGCB 8110 Industrial Drive, Ste 200 USAF Academy, CO Postal Code: 80840-2315 Country: United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-11-T-0044/listing.html)
 
Place of Performance
Address: USAF Academy, CO, USAF Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN02471513-W 20110615/110613234817-a4b7b032799827e64a9f493661548263 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.