Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 19, 2017 FBO #5840
SOLICITATION NOTICE

84 -- USAFA Cadet Caps

Notice Date
11/17/2017
 
Notice Type
Presolicitation
 
NAICS
315990 — Apparel Accessories and Other Apparel 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
FA7000-18-R-0008
 
Archive Date
1/13/2018
 
Point of Contact
Shaun M. Bright, Phone: 719-333-3600, Diana Myles-South, Phone: 719-333-8650
 
E-Mail Address
shaun.bright@us.af.mil, Diana.South@us.af.mil
(shaun.bright@us.af.mil, Diana.South@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
GENERAL INFORMATION Document Type: Pre-Solicitation Solicitation Number: FA7000-18-R-0008 Posted Date: 17 November 2017 Acquisition: 100% Small Business Set Aside NAICS Code: 315990 FSC Code: 8405 CONTRACTING OFFICE ADDRESS Department of the Air Force, USAF Academy – 10th Contracting Squadron, 10 CONS/PKB, 8110 Industrial Drive, USAF Academy, CO, 80840 DESCRIPTION This is a pre-solicitation notice for the United States Air Force Academy (USAFA) Cadet Flight Caps, Officer Flight Caps, Service Caps, and Parade Caps. These caps shall be manufactured in accordance with USAFA specifications. The specifications for each cap will be included in the solicitation. The proposed contract is anticipated to be a Firm-Fixed Price Requirements type contract with a base period of one year with up to four option years. It is anticipated the solicitation will be issued electronically on or about 8 December 2017 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. The quantities listed below are estimated annual requirements. Required quantities will be provided by issuance of delivery orders. In the base year of the contract, additional amounts will be required for first article testing, as described in the solicitation. The estimated quantities, per year, are: · Men’s Cadet Flight Caps, 3,500 each · Women’s Cadet Flight Caps, 950 each · Men’s Officer Flight Caps, 1,000 each · Women’s Officer Flight Caps, 300 each · Men’s Service Caps, 1,150 each · Women’s Service Caps, 425 each · Men’s Parade Caps, 1,225 each · Women’s Parade Caps, 375 each The Government will make available to the contractor Government Furnished Material (GFM) to manufacture the Cadet Flight Caps and Service Caps (main body and trim), as indicated in the specifications. The Government will provide the material to manufacture the outer band for the Parade Caps; the contractor will be responsible for procuring all other materials to manufacture the Parade Caps. The contractor will be responsible for procuring all fabric and materials to manufacture the Officer Flight Caps; GFM will not be provided for the Officer Flight Caps. First Articles will be required in accordance with FAR 52.209-4, Alt I. Bar codes will be required for these uniforms in compliance with Code 39 or UPC Bar Code. Contractors who are interested in this acquisition must be 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 Flight Caps IAW MIL-C-3261F, dated 22 September 1989 and MIL-C-44130C (GL), dated 11 January 1991. Copies of the certification letters must be submitted with each offer. Contractors may obtain information on certification approval from Debra Klensch at phone : 937-255-4919, email : debra.klensch@us.af.mil, or mail : ASC/WNUV-TAC, Bldg. 63, 1901 Tenth Street, WPAFB, OH 45433-7605. 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 (also referred to as the Berry Amendment). The Berry Amendment applies only to 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 article and items not grown or produced in the United States or its possessions. Delivery will be FOB: Destination to USAF Academy, CO 80840. The North American Industry Classification System Code (NAICS) is 315990 and the small business size standard is 500 employees. This acquisition is a 100% set-aside for small businesses. It should be noted that paper copies of documents will not be provided. Offerors must be registered with the System for Award Management (SAM) or may not be considered for award. Registration can be accomplished at https://www.sam.gov. As of 1 January 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. Representation and Certification are to be accomplished at https://www.sam.gov. Registration requires applicants to have a DUNS number from Dun and Bradstreet and can be obtained at www.dnb.com. The following evaluation criteria will be used to evaluate offers: · Price · Past Performance · Technical Information 5352.201-9101 OMBUDSMAN (JUN 2016) (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: James Anderson 5226 Cedar Drive USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9075 email: james.anderson@us.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, Shaun Bright, Contract Specialist, at 719-333-3600 or shaun.bright@us.af.mil, or the alternate point of contact, Diana Myles-South, Contracting Officer, 719-333-8650 or diana.south@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-18-R-0008/listing.html)
 
Place of Performance
Address: 8110 Security Dr. Ste 200, USAF Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN04743992-W 20171119/171117231035-814db2742487338d43a8e9a11ab3db95 (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.