Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2006 FBO #1567
SOLICITATION NOTICE

84 -- Pimento (Red) Scarf w/Falcon Design

Notice Date
3/10/2006
 
Notice Type
Solicitation Notice
 
NAICS
315211 — Men's and Boys' Cut and Sew Apparel Contractors
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-06-T-0048
 
Response Due
3/20/2006
 
Archive Date
4/4/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items or services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA7000-06-T-0048, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Fac 2005-07, Effective 02 Feb 2006 and & Class Deviation 2005-o0001. The North American Industrial Classification System (NAICS) number is 315211and the business size standard is 500 employees. The proposed acquisition is reserved for 100% small businesses. Scarf with Falcon design for wear with the Cadet Flight Suit. Color: Type 1, Pimento (Red) Quantity: 1350 Each IAW USAFA PD 34TRW/SDCU-178-3 as shown below sample photographs & Bar code sample can be provided by emailing: debra.santos@usafa.af.mil REQUIREMENTS: Unit pack of 1 each per package. FOB Destination ONLY Delivery requirement: FOB for this RFQ is Destination. Quotations received with FOB other than Destination will be not be considered. Delivery is required 15 May 2006. Bar Code label requirement: A bar code label containing a 10 ABW/LGLC approved stock number, brief description and size must be placed on each package and on each shipping container. A sample bar code is available upon request via e-mail. Instructions will provided to the awardee on the submittal of the bar code via purchase/delivery order. An adhesive label of regular commercial quality, reflecting the Cadet Issue Division stock number, size and a brief description, compatible with the Government?s UPC Code 39 system, shall be affixed to each garment as identified within applicable specification therein. A sample bar code label and a first article shall be submitted for the Contracting Officer approval within 7 days from date of award. This Product must comply with the Buy American Act (100% manufactured in the USA; and at least 51% of the cost of materials made, fabricated, purchased must be MADE IN THE USA.) USAFA PD 34TRW/SDCU-178-3 1. SALIENT CHARACTERISTICS FOR CADET SCARF: The following items form part of the description of the cadet scarf: 2. FIRST ARTICLE: A first article shall be submitted for quality control evaluation. One scarf, complying with the salient characteristics described in this purchase description, shall be submitted to the contracting office for evaluation after the awarding of the contract and prior to the beginning of production. 3. FABRIC: The fabric should be jacquard weave, 100% polyester. 4. CLASSIFICATION: The scarf shall be of one type, size, and in one color as shown on Table 1. A sample of the appropriate color shade will be furnished by 34 TRW/SDCU of the USAF Academy, when requested. Table 1 Class Color 1 Pimento 2 Blue Steel (Gray) 3 Gold 4 USAFA Cadet Blue 5. DESIGN: The design of the scarf shall be tubular with center seam. When wearing the scarf the center seam construction will allow the falcon designs to be viewed upright, see figure 1. The scarf pattern shall be cut on the straight of fabric (lengthwise grain) with squared ends. Figure 1. 6. FALCON DESIGN: The repeated falcon designs shall be part of the jacquard weave. The color of the falcons shall be silver thread, approximately 3/4"+ l/8" high by 1/2"+ l/8" wide, and placed on the scarf as indicated on figure 2. 7. MEASUREMENTS: The completed scarf shall measure 6" wide by 48" long, and construction should be of good quality according to the industry practice. 8. LABEL: A cadet identification label, measuring 1" by 2 1/2", shall be attached at the bottom of the scarf parallel with the 6" end. It shall have the following information: Name Squadron SSN 9. COLORFASTNESS: The dyed cloth shall show good colorfastness to dry cleaning. 10. PATTERNS: Commercial patterns shall be used. The contractor shall produce patterns that shall conform to the design and requirements cited in this purchase description. 11. INSPECTION OF END ITEMS: The contractor shall inspect the finished scarves 100% for compliance with this purchase description prior to submitting them to the USAF Academy. 34 TRW/SDCU Quality Control personnel shall conduct final inspection on the materials, construction, design, and measurements in accordance with this purchase description. 11.1 WORKMANSHIP: The finished scarves shall conform to the quality of product established by this document. The occurrence of defects shall not exceed the contractor?s own quality assurance standards and the quality assurance standards defined by this purchase description and the technical data in the bid package. 11.2 CERTIFICATION: The contractor shall certify that the product offered meets the salient characteristics of this description and that the product conforms to the producer?s own drawings, specifications, standards and quality assurance practices. The Government reserves the right to require proof of such conformance prior to the first delivery and thereafter as may be otherwise provided for under the provisions of the contract. Reliance on contractor quality assurance systems shall not relieve the contractor of the responsibility of ensuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract. 11.3 CERTIFICATION OF COMPLIANCE: Unless otherwise specified in the contract or purchase order, certificates of compliance shall be requested by government on all components, if the government deems necessary. 11.4 INSPECTION: The contractor shall inspect the finished products 100% for compliance with this purchase description prior to submitting to the USAFA for final inspection by 34 TRW/SDCU Quality Control personnel. The point of final inspection and acceptance of the finished articles shall be at the USAF Academy, using ANSI/ASQC Z1.4-1993 and this purchase description. 11.5 INSPECTION LEVELS AND ACCEPTABLE QUALITY LEVEL: Inspection levels and acceptable quality levels (AQL?s) expressed in defects per hundred units (DHU) shall be in accordance with ANSI/ASQC Z1.4-1993. To get an accurate understanding of defects per hundred the inspector shall follow ANSI/ASQC Z1.4 Inspection Levels and it?s instructions. To obtain a copy of ANSI/ASQC Z1.4 call: American National Standard, at 1800-854-7179 or write to: American Society for Quality Control, 611 East Wisconsin Avenue, Milwaukee, WI 53202. For defect lists see Table II. AQL levels and inspection levels for defects listed in Table II (General and Detailed Defects, and Silk Screening Defects): AQL INSPECTION LEVEL LEVEL Major 2.5 II Major and Minor A 15.0 II Major, Minor A and 40.0 II Minor B (combined) One Class 4.0 S-3 TABLE II. GENERAL AND DETAILED DEFECTS MINOR MAJOR A B A Inferior material or workmanship defects such as distortion due to fabric manufacturing: slubs, thread breaks, holes, cuts, or any defect on the fabric attributed to the manufacturing of the fabric. X B Component and assembly - any component part or required operation omitted or not performed in accordance with specification. Includes but not limited to poor stitching, and misalignment of components. X C Defects such as holes, cuts, and or tears due to workmanship qualities. X D Loose thread, ends not removed, label missing X E Discoloration, stains or spots due to material or workmanship X F Color not conforming to the color specified X G Missing Labels X 12. PACKAGING 12.1 PRESERVATION, PACKING, AND MARKING. The preservation, packing, and marking shall be as specified in the contract or order. Custodian:USAF Academy, CO 80840-8210 Preparing Activity:Cadet Uniform Flight (34 TRW/SDCU)USAF Academy, CO 80840-8210 Reviewing Activity:Director, Support Division (34 TRW /SD)USAF Academy, CO 80840-8210 FjiF The following Federal Acquisition (FAR) clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, addenda applies: "Contractor shall submit their quote on company letterhead, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, an over all total price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, any discount terms, cage code, DUNS number, size of business, a sample scarf or description literature, and a statement that the provision at FAR 52.212-3 has been electronically online at http://orca.bpn.gov/publicsearch.aspx and DFARS 252.225-7000 (http://farsite.hill.af.mil/), Buy American Act-Balance of Payments Program Certificate must be signed and returned with bid. In addition, any acknowledgement of solicitation amendments. Contractors must be registered with Central Contractor Registration (CCR). This is a requirement to do business with the Department of Defense Air Force. No purchase order can be awarded to any company without this registration: www.bpn.gov/CCRINQ. The provisions at 52.212-2, Evaluation--Commercial Items applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made on the basis of determining the technically acceptable offer IAW USAFA PD 34TRW/SDCU-178-3 with the lowest evaluated price which meets or exceeds the requirements. Offers will be evaluated on a pass or fail basis to determine whether the proposed scarf meets the salient physical, functional, or performance characteristics as stated herein. If an offer cannot comply with every requirement, that offer will not be acceptable, and therefore will not be considered. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda, applies: FAR 52.252-2 Clauses Incorporated by Reference: This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address: http://farsite.hill.af.mil/, FAR 52.209-4 -- First Article Approval -- Government Testing (Sep 1989) with the following addenda: (a) The Contractor shall deliver 1each unit scarf within 7 calendar days from the date of this contract to the Contracting Offcer at the address listed in Block 9 SF 1449 for first article tests. The shipping documentation shall contain this contract number and the Lot/Item identification. The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contract.(b) Within two calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. FAR 52.242-15, Stop-Work Order, DFARS 252.204-7004 Alt A (NOV 2003), Required Central Contractor Registration Alternate A (Nov 2003), DFARS 252.225-7031, Secondary Arab Boycott of Israel (APR 2003), and USAFA 5352.242-9500, Contractor Access to Air Force Installations (MAY 2003) and 5352.201-9101Ombudsman (Aug 2005). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) (2) 5, 14, 15, 16, 17, 18, 19, 20, 26, 27, and 31. DFARS 252.212-7001, Contract terms and Conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (JUL 2002) applies to this acquisition. Additional DFARS clauses cited in the clause applicable to this acquisition are: 252.225-7001, Buy American Act and Balance of Payments Program (June 2005) and 252.232-7003, Electronic Submission of Payment Requets (Jan 2004). Quotes must be received NLT 3 PM Mountain Standard Time 20 March 2006, at 10th ABW/LGCB, Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Please submit any questions and/or quotes via e-mail to debra.santos@usafa.af.mil Or fax TO: Debra Santos, Contract Specialist (719) 333-9103. Please contact Diana Myles-South, Contracting Officer, 719-333-8560 or email to diana.myles-south@usafa.af.mil in my absence. (End of Text)
 
Place of Performance
Address: USAF Academy, CO
Zip Code: 80840
 
Record
SN01004272-W 20060312/060310212511 (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.