SOLICITATION NOTICE
84 -- USAFA Cadet Socks
- Notice Date
- 3/30/2009
- Notice Type
- Presolicitation
- NAICS
- 315119
— Other Hosiery and Sock Mills
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315
- ZIP Code
- 80840-2315
- Solicitation Number
- FA7000-09-R-0012
- Archive Date
- 4/15/2009
- Point of Contact
- Kristen A. Hayden,, Phone: 719-333-3988, Diana South,, Phone: 719-333-8650
- E-Mail Address
-
kristen.hayden@usafa.af.mil, Diana.Myles-South@usafa.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a pre-solicitation notice for the manufacturing of socks. The salient characteristics are: Line item 0001: 2300 pair of boot socks, color: sage green Size and quantity breakdown: 550 pair of medium 1500 pair of large 250 pair of x-large Total: 2300 pair 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. Line item 0002: 1,350 pair of Physical Training (PT) crew socks, color: white Size and quantity breakdown: 200 pair of medium 900 pair of large 250 pair of x-large Total: 1,350 pair 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. Line item 0003: 1,530 pair of ski socks, color: white, size large 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. Line item 0004: 200 Kits size: medium Kit includes 12 each boot socks reference in line item 0001, 12 pair of dress socks, color: black - description: calf length, made from synthetic yarns for wicking moisture form skin, nylon exterior yarns for durability, also with added yarn density in the heel and toe area for cushion and blister prevention, and 10 pair of pair of PT crew socks reference in line item 0002. Line item 0005: 900 Kits size: large Kit include 12 each boot socks, sage green, reference in line item 0001, 12 pair of dress socks, color: black - description: calf length, made from synthetic yarns for wicking moisture form skin, nylon exterior yarns for durability, also with added yarn density in the heel and toe area for cushion and blister prevention, and 10 pair of pair of PT crew socks, color: white reference in line item 0002. Line item 0006: 160 Kits size: x-large Kit includes 12 each boot socks, color: sage green, reference in line item 0001, 12 pair of dress socks, color: black - description: calf length, made from synthetic yarns for wicking moisture form skin, nylon exterior yarns for durability, also with added yarn density in the heel and toe area for cushion and blister prevention, and 10 pair of pair of PT crew socks reference in line item 0002. It is the Government's intent to issue a Request for Proposal, FA7000-09-R-0012 in support of awarding a Firm-Fixed Price purchase order. Delivery is no later than 20 June 2009. This is a 100% small business set-aside. The North American Industry Classification System Code (NAICS) is 315119 and the small business size standard is 500 employees. It is anticipated the solicitation will be issued electronically on or about 29 March 09 on the Federal Business Opportunities (FBO) web page at http://www/fbo.gov. Due date for receipt of quotation 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. Offerors must be registered with Central Contractor Registration (CCR) or may be not be considered for award. Registration can be accomplished at http://www.ccr.gov. As of 1 Jan 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitation as part of the proposal submission process. Representation and Certification are to be accomplished in the database at httpps://orca.bpn.gov/. Registration requires applicants to have a DUNS number from Dun and Bradstreet and can be obtained at www.dnb.com. The Government will award a contract using FAR Part 12 & 13 (all or none basis) resulting from this solicitation to the responsive responsible offeror whose offer comforming to the solicitation will be most advantageous to the government. The following factors shall be used to evaluate proposals: a. Technically Acceptable - Meet Salient Characteristics (Pass/Fail) b. Past Performance c. Price 5352.201-9101 OMBUDSMAN (AUG 2005) (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) The points of contacts are Kristen Hayden at (719) 333-3988 or e-mail at kristen.hayden@usafa.af.mil, Monique King-Hotop at (719-333-8265 e-mail at monique.king-ho-top@usafa.af.mil or Diana South (719) 333-8650 diana.myles-south@usafa.af.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=815b336cdbb59cc8e8db084fcee20299&tab=core&_cview=1)
- Place of Performance
- Address: 8110 Industrial Dr., Ste 200, United States Air Force Academy, Colorado Springs, Colorado, 80840, United States
- Zip Code: 80840
- Zip Code: 80840
- Record
- SN01780550-W 20090401/090330214840-173d1f5b545509018098f2415b5e1ea4 (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 |