Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2011 FBO #3578
SOURCES SOUGHT

84 -- Garrison (Flight), Service and Parade Caps

Notice Date
9/9/2011
 
Notice Type
Sources Sought
 
NAICS
315991 — Hat, Cap, and Millinery 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-CAPS
 
Archive Date
10/15/2011
 
Point of Contact
Brenda S Smith, Phone: 719-333-8265, Diana Myles-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
This announcement serves as a Sources Sought Synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This Sources Sought Synopsis is issued solely for information and planning purposes and does not constitute a solicitation nor is this notice a request for quotations. DO NOT submit a quote or proposal in response to this synopsis. For the purpose of this acquisition, the North American Industry Classification System Code (NAICS) is 315991 and the size standard is 500 employees. The proposed contract is anticipated to be a firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract with a base period of 1 year and four option years. Garments shall be manufactured utilizing both Government Furnished Material (GFM) and Contractor Furnished Material (CFM) for the Cadet Men's and Women's Service Caps, Garrison (Flight) Caps, and Parade Caps, and the Officer Men's and Women's Garrison (Flight) Caps. The Sources Sought Synopsis is issued to determine if there are responsive small business concerns capable of meeting the requirement. Interested vendors must reference their 8(a), HUB Zone, women'-owned, or Service Disabled Veteran status. This must be signed by a company officer with authority to bind the company. The purpose of this notice is to identify companies, in particular small business socio-economic categories, capable and qualified to provide the Garrison (Flight), Service and Parade Caps for the United States Air Force Academy. The quantities are: • Estimated 2,150 each Cadet Men's Service Caps, Specification USAFA CU 400-07, dated 27 April 2010, and USAFA Letter of Exception, dated 28 July 2011(GFM required for crown, front, side quarters and body band pieces) • Estimated 600 each Cadet Women's Service Caps, Specification USAFA CU 2090-05, dated 27 April 2010, and USAFA Letter of Exception, dated 28 July 2011 (GFM required for crown, front, side quarters and body band pieces) • Estimated 2,000 each of Cadet Men's Garrison (Cadet Flight) Caps, Specification MIL-C-3261F, dated 22 September 1989 and USAFA Letter of Exception MIL-C-3261F, dated 7 September 2011 (GFM required for crown, side panels and curtain pieces) • Estimated 600 each of Cadet Women's Garrison (Cadet Flight) Caps, Specification MIL-C-44130C (GL), dated 11 January 1991 and USAFA Letter of Exception MIL-C-44130, dated 6 September 2011 (GFM required for crown side panels and curtain pieces) • Estimated 1,150 each Cadet Men's Parade Caps, Specification USAFA CU 400-07, dated 27 April 2010, and USAFA Letter of Exception, dated 28 July 2011 (GFM required for body band piece only) • Estimated 300 each Cadet Women's Parade Caps, Specification USAFA CU 2090-05, dated 27 April 2010, and USAFA Letter of Exception, dated 28 July 2011 (GFM required for body band piece only) • Estimated 1000 each Officer Men's Garrison (Officer Flight) Caps, Specification MIL-C-3261F, dated 22 September 1989 (Require Wright Patterson Certification), and USAFA Letter of Exception MIL-C-3261F, dated 8 September 2011. • Estimated 200 each Officer Women's Garrison (Officer Flight) Caps, Specification MIL-C-44130C (GL), dated 11 January 1991 (Requires Wright Patterson Certification), and USAFA Letter of Exception MIL-C-44130, dated 9 September 2011. Exact quantities and sizes will be identified on individual delivery orders. The specifications for this requirement are attached. Comments and/or suggestions on the attached specifications are encouraged and can be included with your capabilities package. All items and components must be made and manufactured in accordance with DFARS 252-225-7001 Buy American Act and Balance of Payments Program, and DFARS 252-225-7012 Preference for Certain Domestic Commodities which is known as the Berry Amendment. The Berry Amendment applies only to the Department of Defense (DoD) and has been included in DoD Appropriations Act since 1941. The Act restricts DoD expenditures of funds for supplies consisting in whole or in part of certain articles and items not grown or produced in the United States or its possessions. A first article will be required in accordance with FAR 52.209-4 Alt 1. A bar code sample will also be required which shall be in compliance with code 39 or UPC Bar code. Those contractors who are interested in this acquisition must get certified through Department of the Air Force, Human Systems Center Clothing Division located at Wright Patterson Air Force Base, OH 45533-7009 for the Men's and Women's Officer Garrison (Flight) Caps IAW MIL-C-3261F dated 22 September 1989, and MIL-C-44130C (GL) dated 11 January 1991. Interested contractors not certified may obtain information on certification approval from ASC/WNUV-TAC, Bldg 63, 1901 Tenth Street, WPAFB, OH 45433-7605, Attn: Gina Rice. Her extension is 937-255-6073, or e-mail gina.rice@wpafb.af.mil or the alternate point of contact, Deb Klensch, extension 937-255-4915, or e-mail deb.klensch@wpafb.af.mil. All potential offerors are reminded, in accordance with Defense Federal Acquisition Regulations (DFARS) 252.204-7004, Required Central contractor Registration, that lack of registration in the Central Contractor Registration (CCR) will make an offeror ineligible for contract award. Contractors must have a current registration with the Central Contractor Registration (CCR) at http://www.ccr.gov and with Online Representation and Certification Application (ORCA) at http://orca.bpn.gov by the time of award. This Sources Sought Synopsis is also issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. All businesses capable of providing these caps are invited to respond. Any information provided by industry to the Government as a result of this Sources Sought Synopsis is voluntary. The government will not pay for any information submitted in response to this Sources Sought Synopsis. Delivery is FOB Destination to USAF Academy, CO 80840. Interested businesses shall provide the following information: 1. Company name, mailing address, cage code, DUNS numbers, point of contact, telephone number and e-mail address. 2. Business size status, e.g., 8(a), HUB Zone, Woman/Women Owned or Service Disabled Veteran-Owned, small business, large business, etc. 3. Appropriate written information and/or data supporting your capability to perform the required effort to include past performance information. 4. Answers to the following questions (if applicable). Add additional questions and answers specific to your acquisition below. a. How long you have been in business? b. Have you ever manufactured these type of caps or something similar? c. Are you certified through Wright Patterson to manufacture the Men's and Women's Officer Garrison (Flight) Caps? If so, please provide the certification numbers. d. What is your business arrangement in the commercial industry? e. What size is your facility? f. How many employees do you have? g. Have you ever performed government contracts? h. What are your payment terms? i. Are you willing to submit to a contract with a base year and four option years? If not, how many years can you price this? j. If you require different terms and conditions than those normally used by the Government, what are your commercial terms and conditions? Please provide a copy of your terms and conditions for this type of work. k. What is your estimated cost per year for this requirement per cap? You will not be held to this price, it is only for market research purposes. l. Are you familiar with the Berry Amendment? Are you in compliance with the Berry Amendment? Are you in compliance with the Buy American Act? m. Do you have a subcontracting plan if you are a large business? Is it a commercial subcontracting plan? Have you meet your subcontracting goals? If not, are there subcontracting opportunities for small businesses? n. Do you have a quality control process in place? If so, explain your process. o. Do you operation "just in time." Or do you operate differently? Please explain. p. What would you consider "risk" on the contractor's part for this acquisition? q. In the commercial market, do you provide first article samples or production samples? What do you call this in the commercial market? r. In the commercial market, are you required to have bar codes on individual garments? We are also seeking industry feedback on Economic Price Adjustment (EPA), FAR 52.216-3, Economic price Adjustment-Semi Standard Supplies as it could possible pertain to the rising cost of fabric. An EPA would provide for upward and downward revisions of the stated contract price upon the occurrence of specified contingencies. Please discuss your proposed Pricing Index for the fabric and whether the EPA should be used and why. Also, it is an industry standard in the commercial market to have an EPA clause in your contracts. Please advise if contractors are able to price out a base year and four options years or if it would be more beneficial/reasonable to request less than a base year and four options years. If your firm is capable and qualified to provide the manufacturing of the Garrison (Cadet & Officer Flight), Service and Parade Caps required, respond in writing to the primary point of contact indicated within this announcement. Responses are due no later than 30 September 2011, 1:00 p.m. MDT, by e-mail. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/ FA7000-11-T-CAPS/listing.html)
 
Place of Performance
Address: USAF Academy, USAF Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN02569428-W 20110911/110909235854-5f761929b152f7a9c709d55c8719bd2a (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.