Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2009 FBO #2757
SOLICITATION NOTICE

36 -- Multi Head Embroidery Machine - Attachments

Notice Date
6/12/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333292 — Textile Machinery Manufacturing
 
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-T-0043
 
Point of Contact
Rebecca J. Petersen, Phone: 719-333-3200, Diana South, Phone: 719-333-8650
 
E-Mail Address
Rebecca.Petersen@usafa.af.mil, Diana.Myles-South@usafa.af.mil
(Rebecca.Petersen@usafa.af.mil, Diana.Myles-South@usafa.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Buy American Certificate 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 and as attachments. This announcement constitutes the only solicitation; quotes are being requested and a written (formal) solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA7000-09-T-0041, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular current to FAC 2005-32, Tech Amend Effective 14 May 2009. The North American Industrial Classification System (NAICS) number is 333292 and the small-business size standard is 500 employees. "OFFERORS ARE ON NOTICE THAT THIS REQUEST FOR QUOTE/PROPOSAL IS CURRENTLY AN UNFUNDED REQUIREMENT THAT MAY OR MAY NOT BE FUNDED BY 30 SEP 09. OFFERORS SHOULD ONLY SUBMIT A QUOTE/PROPOSAL IF THEY ARE WILLING TO ABSORB THE BID AND PROPOSAL COSTS REQUIRED TO RESPOND TO THIS REQUEST." The USAF Academy has a requirement for a brand name or equal Melco-AMAYA XT Embroidery Machine Package. The following provides the description of the brand name or equal embroidery machine that will satisfy the Governments needs: 0001: Embroidery Machine. Amaya XT, OS Fex-Plus Multi head operating program, or equal. To include a cart, power cord (US 110V), Wide Angle Cap Driver XT, Wide Angle Cap Frame, and Wide Angle Gauge. Proposed machine to include the following capabilities: -4 head system, minimum 1 needle per head, heads to operate independently -Multi-task capabilities -Large cap sewing field -Modular embroidery system -Precise thread tension that automatically adjusts thread tensions rather than manual operator adjustments -Embroidery speeds of up to 1500 stitches per minute -16 color backup -Needles program together so, in the event of a thread break, machine will automatically switch to the backup needle and continue stitching -Meets professional or industrial embroidery system standards -High speed pantograph -Laser eye for precise tracing and positioning -Height adjustable presser foot with a range of.5mm to 3.5mm without tools -Small cylindrical lower arm and high performance hook -Narrow tubular driver allowing for sewing in small areas 0002: Software -Design Shop Pro, or equal, with USB connection 0003: Accessories -18 cm Round Hoops -15cm Round Hoops -30x40 cm Rectangular Hoops (plastic) -FastFrame Name Tape Hoop -Treasure Chest 5000 Design Pack for Startups, or equal -Amaya, or equal, starter kit -ARC Poly 16 cone Thread Kit -8-Port Ethernet Switch 0004: Installation & Warranty -Equipment Installation -Onsite Training, 3+ days -Software Training (included in 3+ days) -Best Investment Plan Guide -Warranty-please include your company's warranty policy. If not included, please include the price for a two year industry standard policy. Addenda to FAR 52.212-1, Instructions to Offeror-Commercial Items. 1. As a minimum, offers must show solicitation number, the time specified in the solicitation for receipt of offerors, name, address, and telephone number of the offeror, a technical description of the item being offered, terms of any express warranty, price and any discount terms, cage code, DUNS number, Tax Identification Number, size of business, acknowledgement of solicitation amendments if required, a completed copy of the representations and certifications at FAR 52.212-3 (http://orca.bpn.gov/publicsearch.aspx) and a completed copy of DFARS 252.225-7000 (Attachment) or go to (http://farsite.hill.af.mil/), Buy American Act-Balance of Payments Program Certificate, which must be signed and returned with quote. 2. Delivery Requirement: FOB for this RFQ is Destination. Quotations received with FOB other than Destination will not be considered. 3. These products 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). 4. Addenda to FAR 52.212-1, Proposal Preparation Instructions. (a) Initially, those vendors who are quoting on an "or equal" will be evaluated on a pass/fail basis who can meet the salient characteristics. Then those vendors, who pass technically, will be evaluated on who offered the lowest price. (b) The Offeror of an "or equal item" must submit data that adequately demonstrates that its product meets the salient characteristics of the solicitation. A general statement of compliance or restatement of the salient characteristics is insufficient. An offeror must clearly identify in writing they are providing the brand name or an equal product by annotating it on their quote. Offerors who are providing an "or equal" shall include in their quote a sample item to include descriptive literature or description literature such as illustrations, drawings, or a clear reference, such as a web site to information readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offeror cannot comply with every requirement that offer will not be considered 5. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose 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: (1) Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price which meets the salient characteristics of this requirement. Offerors will be evaluated on a pass or fail basis to determine whether the proposed embroidery machine meets the salient physical, functional, or performance characteristics as stated herein. Paragraphs b and c are not applicable as shown below: (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished, to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 7. The clause 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. The full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/. USAFA 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007) (USAFA Supplemented Jul 08) 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) FAR 52.211-6, Brand Name of Equal (Aug 1999) FAR 52.232.18, Availability of Funds (Apr 1984) 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items (Feb 2009) Deviation 52.219-28 Post-Award Small Business Program Representation (Jun 2007) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (Feb 2008) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-50 Combat Trafficking in Persons (Feb 2009) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) DFARS 252.212-7001, Contract terms and Conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (Jan 2009) (Deviation) applies to this acquisition. DFARS 252.225-7001, Buy American Act and Balance of Payments Program (Jan 2009) DFARS 252.232-7003, Electronic Submission of Payment Request (Mar 2008). Quotes must be received NLT 1:00 pm Mountain Daylight Time, 25 June 2009 at the 10th MSG/LGCB, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Contractor shall submit their quote by facsimile (719) 333-9103 to the attention of Rebecca Petersen or e-mail to Rebecca Petersen at rebecca.petersen@usafa.af.mil. In my absence, please contact Diana South, Contracting Officer, 719-333-8650 or email to diana.myles-south@usafa.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-09-T-0043/listing.html)
 
Place of Performance
Address: 10 MSG/LGC, 8110 Industrial Dr., Ste 200, USAF Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN01843836-W 20090614/090612235936-39003cf345975613916745f7f03e2466 (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.