Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2011 FBO #3563
SPECIAL NOTICE

99 -- Silverware Wrapping Unit

Notice Date
8/25/2011
 
Notice Type
Special Notice
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-11-T-0045
 
Point of Contact
Michelle E. Desmarais, Phone: 7193332965, Diana Myles-South, Phone: 719-333-8650
 
E-Mail Address
michelle.desmarais@usafa.af.mil, Diana.Myles-South@usafa.af.mil
(michelle.desmarais@usafa.af.mil, Diana.Myles-South@usafa.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The 10th Contracting Squadron, United States Air Force Academy (USAFA) Colorado has received a Brand Name/Sole Source Only justification for the purchase for four Autowraptec Silverware Wrapping Units on a Sole Source basis to Autowraptec, LLC, 2 Farmstead Lane, Fairfield, NJ 07004-1229; and will be written for: *Item# AWT3, It's a Wrap (base unit with 1 bin) (4 each); each with IUID labeling *Item# 5150000, Knife, Fork and spoon cassette (12 each) *Item# 5150000, Extra Cassettes (24 each) *Item# 2000004, Extra Bin or equal (4 each) *Installation and training *One year warranty minimum This procurement is for the acquisition of a sole source/brand name commercial item using simplified procedures in accordance with FAR Parts 12 and 13. Only one responsible source and no other item will satisfy the USAFA current requirements. Autowraptec is the only company to market a commercially affordable wrapping machine that will automatically roll and band silverware into napkins and made domestically. Current methods of placing each individual knife, fork and spoon at each place setting is time consuming, could lead to possible open air contamination and increases change of an individual piece being missed. The machine prevents diseases, fungi and other harmful infectious carrying toxin from being spread from the people who currently handle the silverware and do the wrapping. This equipment would standardize the place setting and decrease the chance of open air contamination. Individually wrapped setting would be ready for immediate service. The customer's staff would prepare these in advance, dramatically reducing the time required to place each individual piece on the tables. These machines would help reduce current overtime and comp time requirements due to personnel shortages and restrictions. The North American Industry Classification System Code [NAICS] is 333298 and the size standard is 500 employees. These Silverware Wrapping Units are required to wrap 15,000 sets of eating utensils to support cadet mandatory sit down and optional buffet meals. These machines would wrap eating utensils in a tight, neat and standardized paper wrap material to provide a complete set of utensils per cadet. This is the only known product available in the commercial market. Any offerors believing they can provide an equal product that meets all of the features and functionality of the Silverware Wrapping Units with all of the features and functions of the requirement described above may provide evidence for consideration. Evidence must support the offeror's claim they can either provide an equal product or they are an authorized distributor/wholesaler for Silverware Wrapping Units system. It is the offeror's responsibility to provide their product is an equal by demonstrating their product, at a minimum, has the same features and functionality of the brand name product. Providing brochures, specifications and/or quotes alone is not enough for the government to make a decision. The offeror should provide an understandable comparison between the two products. The Government is not responsible for developing the comparison from insufficient information provided. All qualified sources may submit a response, which if timely receives, will be considered by this agency. Information received will be considered solely for the purpose of determine whether a brand name or equal procurement, and or a competitive procurement can be conducted. A determination that equal products exist or a determination to compete this proposed procurement based on the response to this notice is solely within the discretion of the Government. Responses must be received NLT 12:00 pm MDT on 29 August 2011. Responses received after this will be considered late IAW FAR 52.212-1(f) and will not be evaluated. Delivery is to be made to Mitchell Hall at the U.S. Air Force Academy, CO 80840. FOB: Destination. Unique Item Identifier (UID) [DFARS 252.211-7003] applies to this requirement. This synopsis is for notification purposes only and does not constitute a solicitation for bids or proposals. DO NOT submit a bid/quote at this time. The Government does not intend to pay for any information provided under this announcement. Contractors must have a current registration with the Central Contractor Registration (CCR) at http://www.ccr.gov and with Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. All items and components must be made and manufactured in accordance with DFARS 252-225-7001, Buy American Act and Balance of Payments Program. Questions should be addressed to the Primary POC Michelle Desmarais, Contract Specialist, (719) 333-2965 or sent via e-mail to michelle.desmarais@usafa.af.mil Alternate POC is Diana Myles-South, Contracting Officer, (719) 333-8650, diana.myles-south@usafa.af.mil. 5352.201-9101 Ombudsman (June 2010): (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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-11-T-0045/listing.html)
 
Place of Performance
Address: Mitchell Hall, US Air Force Academy, USAF Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN02549447-W 20110827/110825235803-6fe4cf06b5d98caca1055fa8fb7d3740 (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.