SOLICITATION NOTICE
R -- USAFA Cadet Tailor Shop Site Visit
- Notice Date
- 12/14/2022 11:32:44 AM
- Notice Type
- Presolicitation
- NAICS
- 811490
— Other Personal and Household Goods Repair and Maintenance
- Contracting Office
- FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
- ZIP Code
- 80840-2303
- Solicitation Number
- FA700023Q0011
- Response Due
- 12/19/2022 9:00:00 AM
- Archive Date
- 01/31/2023
- Point of Contact
- Christian A. Cornell, Phone: 7193335599, William Ray, Phone: 7193333600
- E-Mail Address
-
christian.cornell@us.af.mil, william.ray.11@us.af.mil
(christian.cornell@us.af.mil, william.ray.11@us.af.mil)
- Description
- GENERAL INFORMATION Document Type: Site Visit information Solicitation Number: FA700023Q0011 Posted Date: TBD Acquisition: Full and Open Competition NAICS Code: 811490 FSC Code: R401 CONTRACTING OFFICE ADDRESS Department of the Air Force, USAF Academy � 10th Contracting Squadron, 10 CONS/PKB, 8110 Industrial Drive, USAF Academy, CO, 80840 DESCRIPTION Background: �The contractor shall be responsible for all cadet uniform tailoring and repairing required by the Government for USAFA cadets and exchange students. Tasks may include alterations, fitting, maintenance and repairs, direct embroidery, making of nametags and nameplates as directed by the Performance Work Statement (PWS) and the Contracting Officer. In addition, the contractor shall provide other services as specified in the PWS including, but not limited to, fitting/measuring, marking, altering, pressing, repairing, issuing, and completing special projects concerning cadet activities. The contractor shall provide prompt courteous service for cadets at all counters and in the fitting areas during operational hours. Contractor shall furnish all personnel, supplies, equipment, tools, materials, supervision, other items, and services necessary to perform alterations and maintenance of cadet uniforms as defined in the PWS except as specified in Appendix 3 to the PWS - Government Furnished Supplies and Equipment. The contractor is required to follow the regulations specified in Appendix 2 of the PWS � Armed Forces Dress and Appearance Regulations and Guidelines. The incumbent contractor�s employees are covered by a Collective Bargaining Agreement (CBA) with the Service Employees International Union (SEIU), Rocky Mountain Joint Board, Local 1110. Place of performance: United States Air Force Academy Cadet area; currently Sijan Hall, Building 2348, USAF Academy, Colorado Springs, CO 80840 The proposed contract is anticipated to be a Firm-Fixed Price contract. The proposed period of performance will include a base year period (1 April 2023 through 31 March 2024) and four (4) one-year options (1 April 2024 � 31 March 2028). It is anticipated the solicitation will be issued electronically on or about 22 December 2022 on the System for Award Management (SAM.gov) web page at SAM.gov | Home. Due date for receipt of proposal will be indicated in the solicitation document when it is released. Once the solicitation is posted on Sam.gov, 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 the System for Award Management (SAM) or may not be considered for award. Registration for Representation and Certification can be accomplished at https://www.sam.gov. Registration requires applicants to have a Unique Entity ID (UEI) and a Cage Code. This acquisition is being competed under FAR part 13.5, Simplified Procedures for Certain Commercial Items, utilizing the evaluation procedures under FAR parts 12 and 13. The Government is conducting a best value award decision based on price, technical information, and past performance in accordance with FAR 13.106, where past performance will be evaluated significantly more important than price. Technical information will be evaluated on a pass/fail basis. An award will be based on an integrated assessment of price, technical, and past performance information contained in responsive proposals. This approach allows the Government to accept other than the lowest priced proposal or other than the highest past performance rated proposal to achieve a best-value contract award. The Government intends to award one firm fixed price contract for this acquisition. The following evaluation criteria will be used to evaluate proposals: � Technical � Price � Past Performance 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 8110 Industrial Drive, STE 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 Email: james.anderson.72@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) II. PRE-QUOTE CONFERENCE/SITE VISIT. a. In accordance with FAR 52.237-1, Site Visit, offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. ����������� (1) The Government will conduct a site visit on 20 December 2022. Only one site visit shall be conducted. Contractors will be escorted from the USAFA Pass & Registration Center (located at the South Gate) to the site location. The itinerary and locations for the site visit are as follows: Time Event Location 9:00 a.m. Meeting Point Pass & Registration Center Bldg. 8486 USAF Academy, CO 9:10 a.m. Travel to Site 9:30 a.m. Site Visit Cadet Uniform Flight 2348 Sijan Dr., Suite 2B3 USAF Academy, CO (2) Offerors who plan to attend should contact Tammy Martin, Contract Specialist tammy.martin.6@us.af.mil 719-333-8046, Kristin Ulma, Contracting Officer susan.ulma@us.af.mil, and William Ray, Contracting Officer william.ray.11@us.af.mil 719-333-3600, no later than 19 December 2022 at 1000 MST. �You must receive confirmation for attendance prior to the site visit. (3) Questions arising from the site visit must be submitted in writing to Tammy Martin, Contract Specialist tammy.martin.6@us.af.mil, Kristin Ulma, Contracting Officer susan.ulma@us.af.mil, and William Ray, Contracting Officer, william.ray.11@us.af.mil. Telephone inquiries will not be accepted. Questions pertaining to the solicitation during the site visit shall require sufficient detail (citing the specific page, section, and paragraph number of the solicitation) to enable the Government to respond without requesting further clarification. (4) Remarks, explanations, and answers to questions provided at this conference shall not qualify the terms of the solicitation and specifications. Unless the solicitation is amended in writing, it shall remain unchanged. Questions and answers will be compiled and attached to the solicitation notice on Sam.gov (https://sam.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/06cab4b476b9454d83ff494f3e2f3506/view)
- Place of Performance
- Address: USAF Academy, CO 80840, USA
- Zip Code: 80840
- Country: USA
- Zip Code: 80840
- Record
- SN06543276-F 20221216/221214230105 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |