Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2006 FBO #1650
SOLICITATION NOTICE

78 -- Annual Replacement of Nike Bench Stock of Durable Athletic Goods

Notice Date
6/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
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
FA7000-60-T-0079
 
Response Due
6/6/2006
 
Archive Date
6/21/2006
 
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-0079, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09, effective 19 April 2006. The North American Industrial Classification System (NAICS) code is 339920 and the business size standard is 500. LINE ITEM 0001 NIKE WARM AND INCLIMATE WEATHER APPERAL OF COACHES GEAR; MENS BASKETBALL; WOMENS BASKETBALL; FOOTBALL. This requirement is for the annual replacement of bench stock of durable athletic goods. Those interested in providing a quotation can call for the detailed spread sheet at 719-333-2933. The spread sheet provides all the items that will satisfy the Governments needs: This is a Name Brand or Equal acquisition in accordance with FAR 52.211-6. Delivery Requirement: FOB Destination for this requirement. Quotations received with FOB other than destination will not be considered. The following FAR clauses and provisions 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. FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, must be provided or a statement that the provision has been placed electronically online at http://orca.bpn.gov/publicsearch.aspx. FAR 52.212-2, Evaluation?Commercial Items applies to this acquisition. The Government will award a contract resulting from to the responsive responsible offeror whose offer conforms with this solicitation that is most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made on technically acceptable offer with the lowest evaluated price which meets or exceeds the requirements. Once an offer has been determined to be technically acceptable then the Offeror with the lowest evaluated price will be awarded the contract. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if is in the best interest of the Government to do so. 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 the clause may be accessed electronically at: http//farsite.hill.af.mil. FAR52.211-6 Brand Name or Equal. FAR 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, 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, 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 and 252.232-7003, Electronic Submission of Payment Requests. Quotes must be received NTL 4:30 PM Mountain Daylight Time, 6 June 2006, at 10 MSG/LGCB, Operational Contracting, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Offers received after this date and time will be considered late in accordance with FAR 52.212-1(f) and will not be evaluated. Please submit any questions and/or quotes via e-mail to will.schlegel@usafa.af.mil or fax to Will Schlegel, Contract Specialist (719) 333-9103. The Contracting Officer for this acquisition is Russell W. Jordan, e-mail russell.jordan@usafa.af.mil. DEPARTMENT OF THE AIR FORCEUNITED STATES AIR FORCE ACADEMY PREPARATORY SCHOOLUSAF ACADEMY, COLORADO 8 May 2006 MEMORANDUM FOR 10 MSG/LGCB (Attn: Will Schlegel) FROM: HQ USAFA/PLA SUBJECT: Justification for Brand Name Only 1. The athletic department is preparing to replace the annual bench stock of durable athletic goods (coaching gear, uniforms and athletic shoes) used throughout last year?s various athletic programs for the Prep School. The United States Air Force Academy has a contract with NIKE for these good for the athletic programs for the Academy athletic program that does not include the Prep School because of NCAA recruiting regulations. Purchasing the NIKE brand is required to match the existing clothing styles, athletic shoes and team uniforms and avoids the need to dispose of NIKE equipment that remains suitable for use by the Prep School. The estimated cost of this requirement is approximately $40,000.00. 2. The Nike brand of durable goods is currently in use for intercollegiate athletic competition at the United States Air Force Academy (USAFA). The USAFA Prep School athletes will continue to benefit from the wear and use of the same equipment, apparel and footwear supplied at USAFA as well as continues to enhance their specific athletic preparation. 3. PLA performed market research and concluded that other companies do provide similar products of this nature. What was found was if the current bench stock was to be replaced by another athletic brand, significant cost would be incurred due to several factors: rework of current logo?s, screening, matching uniformity of sport specific athletic uniforms and coaching apparel could lead to having to purchase entire new sets of clothing and uniforms. Another factor taken into account was the requirements of spares on hand. After review the current brand of durable athletic goods is the most cost effective and most efficient method for a viable replacement program for of our athletic department. 4. Based on the above information, we recommend the Nike brand as the only product capable of meeting the current government requirements. The requiring activity certifies that the information provided to support this recommendation is complete and accurate to the best of our knowledge. /-signed/ - tcb 8 May 2006 TODD C. BYNUM, Lt Col, USAF Athletic Director, Head Football Coach
 
Place of Performance
Address: USAF Academy, CO
Zip Code: 80840
 
Record
SN01060639-W 20060603/060601220805 (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.