SOLICITATION NOTICE
84 -- Cadet Socks
- Notice Date
- 11/6/2012
- Notice Type
- Presolicitation
- NAICS
- 315110
— Hosiery and Sock Mills
- 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
- FA7000-13-T-0008
- Point of Contact
- Elizabeth Dominguez, Phone: 7193334504, Diana Myles-South, Phone: 719-333-8650
- E-Mail Address
-
elizabeth.dominguez.2@us.af.mil, Diana.South@us.af.mil
(elizabeth.dominguez.2@us.af.mil, Diana.South@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The 10 CONS/LGCB, Operational Contracting Office, US Air Force Academy (USAFA) is pre-soliciting for the procurement of 34,720 pairs of socks (ski, crew, boot, physical training (PT) and dress socks) for Cadet Issue. 32,760 pairs will be packaged into 910 individual sock kits with the remaining 980 pairs of PT and 980 boot socks being separate from the kits. This is one-time buy for cadet in-processing in June at the United States Air Force Academy. The North American Industrial Classification System (NAICS) number is 315110 and the business size standard is 500. This synopsis is for informational purposes only and does not constitute a solicitation for bids or proposals. DO NOT SUBMIT A BID/QUOTE AT THIS TIME. SPECIFICATIONS/SALIENT CHARACTERISTICS: The socks shall be equal to or better than the following: Socks, Boot, Sage: Description - Over the calf style, made from synthetic yarns for wicking moisture away from skin, spandex yarns for calf and arch support, increased loft in toe and heel area for cushioning and blister prevention, nylon exterior yarn for durability, and antimicrobial silver yarn technology in foot area for odor and bacteria reduction. Socks, PT, White, Crew: Description - Crew style, made from synthetic yarns for wicking moisture away from skin, spandex yarns for arch support, increased loft in toe and heel area for cushioning and blister prevention, nylon yarn exterior for durability, and antimicrobial silver yarn technology in foot area for odor and bacteria reduction. Socks, PT, White, Ankle: Description - Ankle-length, made from synthetic yarns for wicking moisture away from skin, spandex yarns for arch support, increased loft in toe and heel area for cushioning and blister prevention, nylon yarn exterior for durability, and antimicrobial silver yarn technology in foot area for odor and bacteria reduction. Socks, Dress, Black: Description - Calf-length made from synthetic yarns for wicking moisture from skin, nylon exterior yarns for durability, also with added yarn density in the heel and toe area for cushioning and blister prevention. Sock, Ski, White: Description - Over the calf style, made from synthetic or synthetic/wool blended yarns for wicking moisture away from skin, spandex yarns for calf and arch support, increased loft throughout the sock for cushioning and blister prevention and added warmth, nylon exterior yarn for durability. The quantities and sizes are as follows: CLIN 0001 - Sock Kits * Medium sock kits- 260 kits Large sock kits- 450 kits X-Large sock kits- 200 kits Total- 910 kits *Each kit consists of the following: 16 pair boot socks, 5 pair crew socks, 5 pair ankle socks, 8 pair black dress socks, and 2 pair ski socks. The kits must be packed into a 12-1/2'' X 16-1/2'' box. CLIN 0002 - Ankle Socks Medium ankle socks- 260 pairs Large ankle socks- 600 pairs X-Large ankle socks- 120 pairs Total- 980 pairs CLIN 0003 - Boot Socks Medium boot sock- 260 pairs Large boot sock- 600 pairs X-Large boot sock- 120 pairs Total- 980 pairs SCHEDULE: The delivery date is to be no later than 1 May 13. This date is required in order to ensure that the socks are ready for issuance to the incoming class of 2017. DISTINGUISHING CHARACTERISTICS: The socks must provide superior support, comfort, breathability and moisture absorption needed to ensure the minimization of blisters, calluses and activity specific stresses caused by the extreme rigors cadets put their feet through. The proposed socks must meet all requirements, salient and distinguishing characteristics for each type of sock. All items and components must be made and manufactured in accordance with DFARS 252-225-7001, Buy American Act and Balance of Payments Program. It is the Government's intent to issue a solicitation, FA7000-13-T-0008 in support of awarding a Firm-Fixed Price purchase order. Once the solicitation is posted, any offerors believing they can provide the required manufactured product will provide evidence for consideration. It is anticipated the solicitation will be issued electronically on or about 9 November 2012 and receipt of proposal will be indicated in the solicitation document when it is released. Once the solicitation is posted on FBO, 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. All qualified sources may submit a response, and if received timely, will be considered by this agency. Responses must be received on or about 23 November 2012 at 12:00 pm Mountain Standard Time (MST).Responses received after this will be considered late IAW FAR 52.212-1(f) and will not be evaluated. 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 shall be used to evaluate proposals: a. (Technically Acceptable - Pass/Fail) Meeting salient characteristics b. Price The Government does not intend to pay for any information provided under this announcement. Contractors must have a current registration in the System for Award Management (SAM) at https://www.sam.govand with Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. The government intends to award a Firm Fixed Price contract processed IAW FAR 12 and 13. The closing date of this pre-solicitation is 12:00 pm, Mountain Standard Time (MST) on 9 November 2012. Questions should be addressed to the Primary POC Elizabeth Dominguez, Contract Specialist, (719) 333-8268 or sent via e-mail to Elizabeth.Dominguez.2@us.af.mil. Alternate POC is Diana Myles-South, Contracting Officer, (719) 333-8650 or sent via email to Diana. South@us.af.mil. 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, Kelly Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: Kelly.Snyder@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)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-13-T-0008/listing.html)
- Place of Performance
- Address: USAFA, Colorado, 80840, United States
- Zip Code: 80840
- Zip Code: 80840
- Record
- SN02925149-W 20121108/121106234037-265d2391b6c8775668b11f14fbf5b3b2 (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 |