MODIFICATION
84 -- Infant Wearable Blankets - Amendment 2
- Notice Date
- 8/29/2012
- Notice Type
- Modification/Amendment
- NAICS
- 315291
— Infants' Cut and Sew Apparel Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division, AFDW/PK, 1500 W. Perimeter RD. Suite 5750, Joint Base Andrews, Maryland, 20762, United States
- ZIP Code
- 20762
- Solicitation Number
- F1AF1C2135A001
- Archive Date
- 9/22/2012
- Point of Contact
- TaLisa M. Spottswood, Phone: 2406126169, Debra Weems,
- E-Mail Address
-
TaLisa.Spottswood@afncr.af.mil, Debra.Weems@afncr.af.mil
(TaLisa.Spottswood@afncr.af.mil, Debra.Weems@afncr.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment 2 is to revise responses to Q&A questions 11 and 12, add FAR clause 52.225-1 Buy American Act - Supplies (Feb 2009) and add information regarding product sample, to FAR clause 52.212-1 Instructions to Offerors - Commercial Items (FEb 2012) This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. The North American Industry Classification System code is 315291 with a business size standard of 500 employees. The proposed contract is 100% set-aside for small business. CONTRACT LINE ITEMS: LINE ITEM 0001: QTY: 6,714 Small Infant Wearable Blankets, up to 6 months. UNIT PRICE: tiny_mce_marker___________. EXTENDED AMOUNT: tiny_mce_marker___________. LINE ITEM 0002: QTY: 6,714 Medium Infant Wearable Blankets, 6 months to 9 months. UNIT PRICE: tiny_mce_marker___________. EXTENDED AMOUNT: tiny_mce_marker___________. LINE ITEM 0003: QTY: 6,714 Large Infant Wearable Blankets, 9 months to 12 months. UNIT PRICE: tiny_mce_marker___________. EXTENDED AMOUNT: tiny_mce_marker___________. DESCRIPTION OF SERVICES The United States Air Force, National Capital Region (USAF/NCR) has a requirement for 20,142 Wearable Blankets for Infants 2 weeks to 12 Months of Age • Wearable, sleeveless, lightweight cotton blanket that zips • No hood on the garment • No blanket flaps to swaddle infants • 100% cotton-hypo allergenic-wearable blanket is able to be washed in warm water and tumble dry low heat • No fleece or quilted fabric • Able to be worn over regular clothing • Cream color Logo • The USAF CYP logo will be embroidered on the top right shoulder of the wearable blanket • The yarn colors must closely match the same colors of the logo • There will be no other visible logos, sayings, or slogans on the outside of the wearable blanket DATES AND PLACES OF DELIVERY • Shipment is to 64 Air Force bases, including 15 overseas bases and 2 Alaskan bases (See Attchment) • F.O.B. Destination for supplies to be delivered within the United States, except Alaska or Hawaii FAR PROVISIONS: The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained the clauses and provisons identified below. FAR clauses and provisions can be located via the Internet at: http://farsite.hill.af.mil. FAR 52-233-4 Applicable Law for Breach of Contracts; FAR 52-212-1 Instructions to Offerors-Commercial Items (Feb 2012)  To be eligible for an award, all contractors must be registered and active in the System for Award Management (SAM) database. https://www.sam.gov//. NO EXCEPTIONS. A Dun and Bradstreet (DUNS) number is required in order to register. The FAR clause web site is http://farsite.hill.af.mil.  Contractor shall provide a product sample of the wearable blanket at or prior to the time specified for receipt of offers. Offerors who wish the Government to return their sample must request so, in writing, and provide a pre-paid package for return.  Contractor shall propose estimated delivery schedule  If an amendment is issued, the acknowledgement and receipt of amendments shall be included with offer.  Request for payment must be submitted via the Internet through the Wide Area Workflow Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. Usage of the system is at no cost to the contractor and training will be provided at http:// www.wawftraining.com. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-82203 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. FAR 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: (i) technical capability of the supply offered to meet the Government requirement IAW specifications; (ii) price; FAR 52.212-3 Alt 1 Offeror Representations and Certifications- Commercial Items; (Apr 2012) (12) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) or (c)(10) of this provision.) [The offeror shall check the category in which its ownership falls]: ____ Black American. ___ Hispanic American. ___ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ___ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, U.S. Trust Territory or the Pacific Islands (Republic of Palau), Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ___ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ___ Individual/concern, other than one of the preceding. FAR 52.212-4 Contract Terms and Conditions- Commercial Items; (FEB 2012) FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive orders- Commercial Items (Deviation) (MAR 2012); FAR 52.225-1 BUY AMERICAN ACT - SUPPLIES (FEB 2009) DFARS 232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) DFARS 252.204-7003 Control of Government Personnel Work Product (APR 1992) DFARS 252.212-7000 OFFEROR REPREENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS (Jun 2005) DFARS 252.212-7001CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (Jun 2012) DFARS 252.225-7000 Buy American Statute--Balance of Payments Program Certificate. (JUN 2012) DFARS 252.225-7001 Buy American Act and Balance of Payment Program (JUN 2012) DFARS 252.243-7001 PRICING OF CONTRACT MODIFICATIONS (DEC 1991) DFARS 252-232-7003 Electronic Submission of Payment Requests (JUN 2012) AF FARS 5352.201-9101 OMBUDSMAN (APR 2010) Questions concerning this RFQ should be addressed to TaLisa M. Spottswood, Sr. Contract Specialist (Contractor Support), at TaLisa.Spottswood@afncr.af.mil or Debra Weems, Contracting Officer, at Debra.Weems@afncr.af.mil no later than 23 August 2012 at 10:00 AM EDT. All quotes must be received by 10:00 AM, Eastern Standard Time (EST) on 04 September 2012, at HQ AFDW/PK, Contracting Directorate, ATTN: TaLisa M. Spottswood and Debra Weems, 1500 W. Perimeter Road, Suite 5750, Joint Base Andrews, MD 20762. An official authorized to bind your company shall sign and date the quote. Please include your CAGE code and DUNS number.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/F1AF1C2135A001/listing.html)
- Record
- SN02860510-W 20120831/120830000052-3a147ac902aa131a9f622cd84f83372a (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 |