SOLICITATION NOTICE
84 -- Cadet Caps - Attachments
- Notice Date
- 11/30/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 315990
— Apparel Accessories and Other Apparel 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
- FA7000-13-T-0017
- Archive Date
- 1/1/2013
- Point of Contact
- Carmen McClanathan, Phone: 7193330809, Diana Myles-South, Phone: 719-333-8650
- E-Mail Address
-
carmen.mcclanathan@us.af.mil, Diana.South@us.af.mil
(carmen.mcclanathan@us.af.mil, Diana.South@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 15_DFARS 252-225-7000_Buy American Cert Attachment 14_52.212-3 Alt I Attachment 13_52.212-3 Attachment 12_Past Performance Questionnaire Attachment 11_Bar Code Sample Attachment 10_USAFA LOE_Women's Service Caps Attachment 9_USAFA CU 2090-05 Attachment 8_USAFA LOE_Men's Service Caps Attachment 7_USAFA CU 400-7 Attachment 6_USAFA LOE_Women's Cadet Flt Cap Attachment 5_USAFA LOE_Men's Officer Flt Caps Attachment 4_USAFA LOE_Women's Cadet Flt Cap Attachment 3_ MIL-C-44130 Attachment 2_USAFA LOE_Men's Cadet Flt Cap Attachment 1_MIL-C-3261F 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; 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 FA7000-13-T-0017, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-62 effective 20 November 2012. The North American Industry Classification System Code (NAICS) is 315990 and the business size standard is 500. This is a 100% small business set-aside. All responsible sources may submit a quote, which if received timely, will be considered by the 10th Contracting Squadron, 10 LGCB, United States Air Force Academy (USAFA). Please read and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this combined synopsis/solicitation could result in the quote being ineligible for award. It is the Offeror's responsibility to ensure their quote meets all the requirements identified herein. Buy American Act and certification of compliance is required and must be submitted with quote (see DFARS clause 252.225-7001) Item No. Description Quantity Unit Price/Extended Price (0001) Men's Cadet Flight Caps: 980 $_______/$_________ Delivery on or before: 21 Apr 13 IAW MIL-C-3261F (USAF), dated 22 Sep 89 (See Attachment 1) and USAFA Letter of Exception (LOE), 8 Sep 11(See Attachment 2). Government Furnished Material (GFM): Cloth, Wool, Elastique Blue. Allowance of 2 yards per dozen. See below for sizes and quantities. REQ# STOCK# SIZE QTY 0003 8415L9031997000 6-3/4 30 0004 8415L9032007000 6-7/8 100 0005 8415L9032017000 7 100 0006 8415L9032027000 7-1/8 50 0007 8415L9032037000 7-1/4 200 0008 8415L903247000 7-3/8 300 0009 8415L9032057000 7-1/2 200 REQUEST 2 CAPS EACH PER BOX WITH A BAR CODE LABEL Bar Code Label Requirement: A bar code label containing a 10ABW/LGLC approved stock number, brief description, and size must be placed on each individually packaged cap, to each box and shipping container. See Attachment 11 for a bar code example. Item No. Description Quantity Unit Price/Extended Price (0002) Women's Cadet Flight Caps: 530 $_______/$_________ Delivery on or before: 15 Apr 13 IAW MIL-C-44130C (GL), dated 11 Jan 91 (See Attachment 3) and USAFA Letter of Exception (LOE), dated 9 Sep 11 (See Attachment 4). Government Furnished Material (GFM): Cloth, Wool, Elastique Blue. Allowance of 2 yards per dozen. See below for sizes and quantities. REQ# STOCK# SIZE QTY 0015 8415L9018637000 21-1/2 230 0016 8415L9018647000 22 180 0017 8415L9018657000 22-1/2 120 REQUEST 2 CAPS EACH PER BOX WITH A BAR CODE LABEL Bar Code Label Requirement: A bar code label containing a 10ABW/LGLC approved stock number, brief description, and size must be placed on each individually packaged cap, to each box and shipping container. See Attachment 11 for a bar code example. Item No. Description Quantity Unit Price/Extended Price (0003) Men's Officer Flight Caps: 690 $_______/$_________ Delivery on or before: 29 Mar 13 IAW MIL-C-3261F (USAF), dated 22 Sept 89 (See Attachment 1) and USAFA Letter of Exception (LOE), dated 8 Sep11 (See Attachment 5). See below for sizes and quantities. Requires Wright Patterson Certification (see information below regarding certification). REQ# STOCK# SIZE QTY 0002 8405L9036577000 7 10 0003 8405L9036587000 7-1/8 100 0004 8405L9036597000 7-1/4 160 0005 8405L9036607000 7-3/8 200 0006 8405L9036617000 7-1/2 180 0007 8405L9036627000 7-5/8 40 REQUEST 2 CAPS EACH PER BOX WITH A BAR CODE LABEL Bar Code Label Requirement: A bar code label containing a 10ABW/LGLC approved stock number, brief description, and size must be placed on each individually packaged cap, to each box and shipping container. See Attachment 11 for a bar code example. Item No. Description Quantity Unit Price Extended Price (0004) Women's Officer Flight Caps: 224 $_______/$________ Delivery on or before: 29 Mar 13 IAW MIL-C-44130C (GL), dated 11 Jan 91 (See Attachment 3) and USAFA Letter of Exception (LOE), dated 9 Sept 11(See Attachment 6). See below for sizes and quantities. Requires Wright Patterson Certification (see information below regarding certification). REQ# STOCK# SIZE QTY 0008 8410L9098037000 21 4 0009 8410L9098047000 21-1/2 30 8410L9098057000 22 70 0010 8410L9098067000 22-1/2 70 0011 8410L9098077000 23 20 0012 8410L9098087000 23-1/2 30 REQUEST 2 CAPS EACH PER BOX WITH A BAR CODE LABEL Bar Code Label Requirement: A bar code label containing a 10ABW/LGLC approved stock number, brief description, and size must be placed on each individually packaged cap, to each box and shipping container. See Attachment 11 for a bar code example. Those contractors who are interested in this acquisition must get certified through Department of the Air Force, Human Systems Center Clothing Division located at Wright Patterson Air Force Base, OH 45533-7009 for the Men's and Women's Officer Garrison (Flight) Caps IAW MIL-C-3261F dated 22 September 1989, and MIL-C-44130C (GL) dated 11 January 1991. Interested contractors not certified may obtain information on certification approval from ASC/WNUV-TAC, Bldg 63, 1901 Tenth Street, WPAFB, OH45433-7605, Attn: Gina Rice. Her extension is 937-255-6073, or e-mail gina.rice@wpafb.af.mil. Item No. Description Quantity Unit Price/Extended Price (0005) Men's Service Caps: 1,750 $_______/$_________ Delivery on or before: 21 Apr 13 IAW USAFA CU 400-07 dated 27 Apr 10 (See Attachment 7) and USAFA Letter of Exception (LOE), dated 28 Jul 11 (See Attachment 8). Government Furnished Material (GFM): Cloth, Wool, Elastique Blue. Allowance of 2 yards per dozen. See below for sizes and quantities. REQ# STOCK# SIZE QTY 8405L9025857000 6-3/8 10 0006 8405L9025877000 6-5/8 20 0007 8405L9025887000 6-3/4 60 0008 8405L9025897000 6-7/8 150 0009 8405L9025907000 7 250 0010 8405L9025917000 7-1/8 400 8405L9025927000 7-1/4 440 0012 8405L9025937000 7-3/8 300 0013 8405L9025947000 7-1/2 100 8405L9025967000 7-3/4 20 REQUEST 2 CAPS EACH PER BOX WITH A BAR CODE LABEL Bar Code Label Requirement: A bar code label containing a 10ABW/LGLC approved stock number, brief description, and size must be placed on each individually packaged cap, to each box and shipping container. See Attachment 11 for a bar code example. Item No. Description Quantity Unit Price/Extended Price (0006) Women's Service Caps: 230 $_______/$_______ Delivery on or before: 21 Apr 13 IAW USAFA CU 2090-05 dated 27 Apr 10 (See Attachment 9) and USAFA Letter of Exception (LOE), dated 28 July 11 (See Attachment 10). Government Furnished Material (GFM): Cloth, Wool, Elastique Blue. Allowance of 2 yards per dozen. See below for sizes and quantities. REQ# STOCK# SIZE QTY 0018 8410L9021837000 21-1/2 40 0019 8410L9021847000 22 140 0020 8410L9021857000 22-1/2 20 0021 8410L9021867000 23 20 0023 8410L9021887000 24 10 REQUEST 2 CAPS EACH PER BOX WITH A BAR CODE LABEL Bar Code Label Requirement: A bar code label containing a 10ABW/LGLC approved stock number, brief description, and size must be placed on each individually packaged cap, to each box and shipping container. See Attachment 11 for a bar code example. Item No. Description Quantity Unit Price/Extended Price (0007) Men's Parade Caps: 765 $_______/$________ Delivery on or before: 1 Mar 13 IAW USAFA CU 400-07 dated 27 Apr 10 (See Attachment 7) and USAFA Letter of Exception (LOE), dated 28 Jul 11(See Attachment 8). See below for sizes and quantities. REQ# STOCK# SIZE QTY 8405L9038217000 6-5/8 5 0001 8405L9038227000 6-3/4 4 0002 8405L9038237000 6-7/8 26 0003 8405L9038247000 7 70 0004 8405L9038257000 7-1/8 120 0005 8405L9038267000 7-1/4 280 0006 8405L9038277000 7-3/8 180 0008 8405L9038297000 7-5/8 50 0009 8405L9038307000 7-3/4 20 0010 8405L9038317000 7-7/8 10 REQUEST 2 CAPS EACH PER BOX WITH A BAR CODE LABEL Bar Code Label Requirement: A bar code label containing a 10ABW/LGLC approved stock number, brief description, and size must be placed on each individually packaged cap, to each box and shipping container. See Attachment 11 for a bar code example. Item No. Description Quantity Unit Price/Extended Price (0008) Women's Parade Caps: 302 $_______/$_______ Delivery on or before: 1 Mar 13 IAW USAFA CU 2090-05 dated 27 Apr 10 (See Attachment 9) and USAFA Letter of Exception (LOE), dated 28 Jul 11(See Attachment 10). See below for sizes and quantities. REQ# STOCK# SIZE QTY 8410L9023377000 21 6 0010 8410L9023387000 21-1/2 60 0011 8410L9023397000 22 110 0012 8410L9023407000 22-1/2 110 0013 8410L9023417000 23 10 0014 8410L9023427000 23 1/2 6 TOTAL PRICE: $ _________________ The following Federal Acquisition (FAR) clauses 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: The contractor shall submit their quote on company letterhead to include the following: solicitation number, contact name, address, telephone number of the offeror, unit price, extended price, past performance, any discount terms, delivery terms, cage code, DUNS number, tax identification number, size of business and acknowledgement of solicitation amendments if required. Quotes and past performance information must be received no later than 10:00am Mountain Standard Time (MST), 17 December 2012 at the 10 CONS/LGCB, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Please submit quotes by e-mail to Carmen McClanathan at carmen.mcclanathan@us.af.mil, 719-333-0809. In my absence, please contact Diana Myles-South, Contracting Officer, (719) 333-8650 or email to diana.south@us.af.mil. Addenda to FAR 52.212-1, PROPOSAL PREPARATION INSTRUCTIONS: a.To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The response shall consist of two (2) separate parts; Part I - Price Proposal and Part II - Past Performance Information. b. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit information to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price c. All quotes will be ranked by price. d. If the lowest priced evaluated offer is judged to have a "Substantial Confidence" performance rating, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further considered of any other offerors. e. All vendors must provide certification number for Officer Flight Caps with their quote. If certification number is not provided, their quote will not be considered. f. Specific Instructions: 1. PART I - PRICE PROPOSAL - Submit on company letter the unit price for each line item to include extended price with an overall total price. The extended amount must equal the whole dollar unit price multiplied by the number of units. a. The provision at FAR 52.212-3, Offeror Representations and Certifications - commercial Items and its Alternate I must be completed. Offerors are highly encouraged to complete all representations and certifications electronically online at: (http://orca.bpn.gov/publicsearch.aspx). If not completed online, 52.212-3 (Attachment 13) and its Alt I (Attachment 14) shall be completed in hard copy and submitted with quote. b. The provision at DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate, must be completed, signed and returned with quote (see Attachment 15). The certificate can also be obtained at hptt://farsite.hill.af.mil/). System for Award Management (SAM), contractors must be registered with SAM to conduct business with the Department of Defense. No purchase order can be awarded to any company without this registration (www.sam.gov). c. Past Performance Questionnaires. Offeror shall send the attached "Past and Present Performance Questionnaire" (Attachment 12) to their references to fill-out. Completed performance surveys are not to be reviewed by the offeror. ONCE THE SURVEY IS COMPLETED, IT IS CONSIDERED FOR OFFICIAL USE ONLY, and is only reviewed by Government personnel directly involved in the evaluation process for this acquisition. The references should be companies who have worked with the offeror within the past three years. It is the contractor's responsibility to ensure their references submit timely questionnaires in accordance with the solicitation. References shall submit completed questionaires through e-mail to Carmen McClanathan, Contract Specialist carmen.mcclanathan@us.af.mil or Diana Myles-South, Contracting Officer, diana.south@us.af.mil by 17 December 2013, 10:00AM MST. d. Provide a written statement that the offeror's proposal incorporates all amendments to the solicitation (if applicable). e. Prices quotes must be Firm-Fixed Price to include shipping and handling charges based on F.O.B. Destination. Quotes received with FOB: Other than Destination will not be considered. Delivery is required no later than the date shown for each line item above. ADDRESS: Cadet Store Officer - FX7000 Mitchell Hall Annex, Bldg 2351 USAF Academy, CO 80840 United States 719-333-3017 2. PART II- PAST PERFORMANCE INFORMATION - Present and Past Performance information will be used to determine acceptable performance of the services proposed. Only references for same or similar type contracts are desired. Submit an original copy. a. Quality and Satisfaction Rating for Contracts Completed in the Past Three Years: Provide information currently available (letters, metrics, customer surveys, independent surveys, etc.) which demonstrates customer satisfaction with overall job performance and quality of completed product for same or similar type contract. In addition, explain corrective actions taken in the past, if any, for substandard performance and any current performance problems such as cost overruns, extended performance periods, numerous warranty calls, etc. b. Past Performance Information: The government will evaluate the quality and extent of an offeror's performance deemed relevant to the requirements of this solicitation. The government will use information submitted by the offeror and other sources such as other Federal government offices and commercial sources, to assess performance. Provide a list of no more than five (5) references of the most relevant contracts performed for commercial customers, Federal agencies, or other military organizations that have used, or are currently using the same or similar service proposed for this contract. Relevancy is defined as: Relevant - Present/Past performance effort involved much of the same or similar manufacturing of flight caps, service caps, parade caps, officer flight caps or similar in type as defined in the specifications with the same or similar scope, magnitude, and complexity this solicitation requires. Somewhat Relevant - Present/Past performance effort involved some of the same or similar manufacturing of flight caps, service caps, parade caps, officer flight caps or similar in type as defined in the specifications with the same or similar scope, magnitude, and complexity this solicitation requires. Not Relevant - Present/Past performance effort did not involve any of the magnitude of effort and complexities this solicitation requires. If a teaming arrangement is contemplated, identify the work the subcontractor will be performing if you are relying on the subcontractor's past performance. c. Subcontractor Consent: Past performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor's consent. Provide with the proposal a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime contractor. The evaluation of past performance information will take into account past performance information regarding key personnel who have relevant experience or subcontractors that will perform major critical aspects of the requirement when such information is relevant to the instant acquisition. Contracts older than three years will not be considered. Furnish the following information for each reference: (i) Company/Division name (ii) Services provided (iii) Contracting Agency/Customer (iv) Contract Number (v) Contract Dollar Value (vi) Period of Performance (vii) Verified up-to-date name, address, email address, FAX and telephone number(s) for each company Point of Contact. (viii) Comments regarding compliance with contract terms and conditions (ix) Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. d. Contracts provided must be recent, meaning services performed or completed in the past three years. The provision at FAR 52.212-2, Evaluation--Commercial Items apply to this acquisition: 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 factor shall be used to evaluate offers: i. Past Performance ii. Price 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) ADDENDUM TO 52.212-2 -- Evaluation -- Commercial Items (Jan 1999). BASIS FOR CONTRACT AWARD: This is a competitive best value source selection in accordance with FAR Parts 12 and 13 in which competing offerors' past performance history will be evaluated on a basis significantly more important than cost or price considerations. By submission of its offer in accordance with the instructions provided in clause FAR 52.212-1, Instructions to Offerors, the offeror accedes to all solicitation requirements, including terms and conditions, and representations and certifications, in addition to those identified as evaluation factors. All offerors will be treated equally except for their prices and performance records. This award will result in a Firm-fixed price purchase order and all such offers shall be treated equally except for their prices and performance records. The evaluation process shall proceed as follows: a. Price Evaluation. Initially, offers shall be ranked according to price. An offeror's proposed prices will be determined by multiplying the quantity by the contractor's proposed unit price to confirm the extended amount for each contract line item (CLIN). The price evaluation will document the reasonableness and affordability of the proposed total evaluated price. b. Using questionnaires, the contracting officer shall seek relevant performance information based on (1) the past and present efforts provided by the offeror and (2) data independently obtained from other government and commercial sources. Relevant performance includes performances of efforts involving manufacturing of flight caps, service caps, parade caps, officer flight caps or similar in type as defined in the specifications with the same or similar scope, magnitude, and complexity this solicitation requires. The government reserves the right to seek information on higher priced offerors if none of the lower priced offerors receives a "Substantial Confidence" performance assessment rating. The purpose of the past performance evaluation is to allow the government to assess the offeror's ability to perform the effort described in the solicitation, based on the offeror's demonstrated present and past performance. c. The assessment process will result in an overall performance confidence assessment rating of Substantial Confidence, Satisfactory Confidence, Limited Confidence, No Confidence or Unknown Confidence as defined in AFFARS Mandatory Procedures 5315.3, Table 3 and shown below. Offerors with no relevant or recent past or present performance history shall receive the rating "Unknown Confidence," meaning the rating is treated neither favorably nor unfavorably. Confidence ratings are defined as follows: SUBSTANTIAL CONFIDENCE: Based on the offeror's performance record, the government has a high expectation that the offeror will successfully perform the required effort. SATISFACTORY CONFIDENCE: Based on the offeror's performance record, the government has an expectation that the offeror will successfully perform the required effort. LIMITIED CONFIDENCE: Based on the offeror's performance record, the government has a low expectation that the offeror will successfully perform the required effort. NO CONFIDENCE: Based on the offeror's performance record, the government has no expectation that the offeror will be able to successfully perform the required effort. UNKNOWN CONFIDENCE: No performance record is identifiable or the offeror's performance record is limited that no confidence assessment rating can be reasonably assigned. d. Past performance regarding predecessor companies, key personnel who have relevant experience or sub-contractors that will perform major or critical aspects of the requirement will not be considered as highly as past performance information from the principal offeror. Offerors with no relevant past or present performance history or the offeror's performance record is so limited that no confidence assessment rating can be reasonably assigned shall receive the rating "Unknown Confidence," meaning the rating is treated neither favorably nor unfavorably. If the prime contractor has no past performance and is relying on their subcontractor's past performance, the prime contractor will be assessed an unknown confidence rating and, depending on the past performance information on the subcontractor, their past performance will be assessed as defined in AFFARS Mandatory Procedures 5315.3, Table 3 (shown above) and then the two ratings will be combined. e. A relevancy determination of the offeror's present and past performance, including joint ventures, subcontractors and/or teaming partners will be made. In determining relevance for individual contract, consideration will be given to the effort, or portion of the effort, being proposed by the offeror, teaming partner, or subcontractor whose contract is being reviewed and evaluated. Relevance will be assessed for contracts that are most similar to the effort, or portion of the effort, for which that contractor is being proposed, and may contribute to an overall higher relevancy determination for the offeror. The Government is not bound by the offeror's opinion of relevance. The following relevancy definitions are: Relevant - Present/Past performance effort involved much of the same or similar manufacturing of flight caps, service caps, parade caps, officer flight caps or similar in type as defined in the specifications with the same or similar scope, magnitude, and complexity this solicitation requires. Somewhat Relevant - Present/Past performance effort involved some of the same or similar manufacturing of flight caps, service caps, parade caps, officer flight caps or similar in type as defined in the specifications with the same or similar scope, magnitude, and complexity this solicitation requires. Not Relevant - Present/Past performance effort did not involve any of the magnitude of effort and complexities this solicitation requires. f. In evaluating past performance, the government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this solicitation. g. If the lowest priced evaluated offer is judged to have a "Substantial Confidence" performance rating that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. h. If the lowest priced offeror is not judged to have a "Substantial Confidence" performance assessment, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to have a "Substantial Confidence" performance assessment or until all offerors are evaluated. In that event, the Source Selection Authority shall make an integrated assessment best value award decision. i. Offerors are cautioned to submit sufficient information and in the format specified in the proposals preparation instructions. Offerors may be asked to clarify certain aspects of their proposal or respond to adverse past performance information to which the offeror has not previously had an opportunity to respond. Adverse past performance is defined as past performance information that supports a less than satisfactory rating on any evaluation element or any unfavorable comments received from sources without a formal rating system. Communication conducted to resolve minor or clerical errors would not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for proposal revision. (End of Addendum) ADDENDUM TO 52.212-4 1. BAR CODE LABELS A) An adhesive label of regular commercial quality, reflecting the Cadet Issue Division stock number, size and a brief description, compatible with the Government's UPC Code 39 system, shall be affixed to each package and on each shipping carton of two (2) each. If it should become necessary to mix sizes within the shipping carton, barcode labels for each size shall be affixed to that shipping carton. The barcode labels shall all be placed in the same place on each box, without exception. B) A sample bar code label for each type of garment shall be submitted for Contracting Officer for approval within ten calendar days after contract award. Submittals shall be made to: CONTRACTING OFFICER 10 CONS/LGCB 8110 INDUSTRIAL DRIVE, STE 200 USAF ACADEMY, CO 80840-2315 C) See Attachment 11 for sample bar code 39 labels. 2. EXPLANATORY NOTE- PACKAGING AND MARKING Unit pack of two (2) each per box, 24/48 each per carton for the service, cadet, and officer caps. B) Shipping carton(s) shall be marked to indicate the contract number, stock number, quantity, commodity nomenclature and name of contractor. Additionally, carton(s) shall be "MARKED FOR FX7000." C) Packaging and marking shall be in accordance with USAFA Specifications as described on page 35, paragraph 5, 5.2.1 "Packaging" and 5.2.2. "Packing" of both USAFA Specifications: 1) CU 400-07, entitled "Cadet Flight Cap, women's, MIL-C44130C, dated 11 Jan 1991 & USAFA LOE and 2) CU 427-06, dtd 09 Dec 2004 & USAFA LOE, Cadet Flight Cap, Men's 3. EXPLANATORY NOTE- PROVISIONS RELATING TO MATERIAL FOR BOTH CAPS TO BE FURNISHED BY THE GOVERNMENT (a) Material to be made available by the Government. 1) The government will make available to the contractor, for use in connection with and under the terms of this contract, the Government Furnished Material (GFM) described below. The contractor shall use the material in the furnishing of the Cadet Flight Caps and Service Caps. The government will be the sole source of supply of the fabric listed below and only the fabric obtained from the government for Contract Line Items (CLIN's) 0001, 0002, 0005, and 0006 under this contract shall be used in the performance of this contract. Price for cloth is based on gross yardage with no allowance for imperfections. Any changes in the price of cloth will be modified at time of each option renewal, if exercised. Type of Material Unit Price Per Yard Shipping Location Wool, Elastique, Sponged $24.60 Defense Supply Center Philadelphia (DSCP) (2) The government will furnish the contractor the following amount of basic fabric for each garment ordered. Delivery will be made to the contractor's plant of manufacture within 30 days after contractor's award. Item No. Type of Fabric Allowance Per Garment 0001 Wool, Elastique, Sponged 1.7 yards 0002 Wool, Elastique, Sponged 1.7 yards (3) The government reserves the right to make available not more than 10% of the GFM in short pieces. The contractor shall cut and use the short pieces furnished and/or generated and not retain them for return to the government at completion of the contract. Only the types of materials listed above will be made available to the contractor by the government. The contractor shall furnish all other types of materials in the performance of this contract. (4) The contractor shall maintain adequate property control records in accordance with sound industrial practice and shall make such records available to the government inspection at all reasonable times. The contractor shall return all GFM not consumed in production to the U.S. Air Force Academy along with, or prior to, final delivery, or as directed by the Contracting Officer. (5) All amount of GFM consumed in excess of the allowance per garment will be charged to the contractor at the per yard cost rate shown at (a) (1). (b) Irreparable Rejects. The contractor agrees to purchase any or all irreparable rejects when notified in writing by the Contracting Officer, or his/her duly authorized representative, at the per yard rate for that particular garment as shown at (a)(1) above. The contractor shall remove or obliterate all labels referring in any way to the government, all other identification and all military insignia and ornamentation. (c) Purpose of GFM: The contractor warrants that any fabric obtained from the government is required for use in connection with the garments to be furnished under this contract. (d) Responsibility for GFM: The contractor assumes the risk of, and is responsible for, any loss or damage to GFM regardless of the cause, from the time the fabric is delivered to the contractor to the time it is returned to the government. It shall be the contractor's responsibility to obtain such insurance, as he/she may deem necessary, at his/her own expense. (e) Deficiency or Delay in Furnishing GFM: The delivery or performance dates for the supplies to be furnished by the contractor under this contract are based upon the expectation that the GFM will be available for delivery to the contractor within the specified time. In the event the GFM is not available for delivery to the contractor by such time, the Contracting Officer will, if requested by the contractor, make a determination of the delay. (1) In the event the contractor believes that damages or defective GFM, exclusive of normal imperfections, has been furnished, or in the event of shortages, narrow widths, or other discrepancies, the contractor shall immediately notify, in writing, the damage, defect, or discrepancy to the Contracting Officer. The contractor shall not cut or use such Government Material, or in the event the damaged, defect, or discrepancy is such that it could not reasonably have been discovered until after cutting or further processing, the contractor shall not further process the Government material until instructions have been received from the CO. If replacement is to be made, the government will replace at its own expense, including transportation costs, any such damaged or defective material. If the contractor fails to notify the CO within five (5) days of discovery of any defect or discrepancy in the GFM, no equitable adjustment will be made in the delivery or performance dates, or the contract price. (2) In cases of delay or failure to furnish any or all of the GFM, or in case the government has furnished damaged or defective material, the CO, upon written request of the contractor, shall equitably adjust the delivery or performance period, or the contract price or both. The Government may, at its option, require sworn statements in support of such a request for an equitable adjustment. If the contractor does not request such an adjustment within 30 days from the time the contractor either knew or should have known of any such delay or deficiency in the GFM, no adjustment will be made. Under no circumstances will the Government include as an element of any adjustment under this "Explanatory Note" any amount for loss of prospective profits. Further, the provisions for adjustment are exclusive, and the Government shall not be liable to suit for breach of contract by reason of any delay or deficiency in furnishing GFM to the contractor. (3) Fabric containing normal deficiencies shall not be considered defective. Any claim for shortage within the roll shall be adjusted as follows: for shortages on individual pieces only, credit will be taken by the Government for the minus tolerance provided for individual pieces in the "Examination for Length" paragraph of the fabric specification; for the entire shipment found to be longer than the length specified on the piece ticket. Narrow widths shall be subject to adjustment only where the discrepancy exceeds ¼ inch. Measurements shall be "overall" or "exclusive of selvage", in accordance with the width provision of the applicable fabric specification. (f) Protection of GFM, Title, Access. The contractor shall maintain and administer, in accordance with sound industrial practice, a program for the maintenance, protection and preservation of Government material, until disposed of by the contractor in accordance with this contract. GFM shall be maintained and used only in those plants approved by the CO. The contractor shall arrange and maintain his/her plant(s) to ensure clean and sanitary conditions and ensure proper identification and segregation of material for each government contract. Title to the GFM shall remain with the government and shall not be affected by any attachment or a lien to non-government property. The Government shall, at all reasonable times, have access to the premises where any Government material is located. (End of Addenda) ATTACHMENTS 1. Men's Cadet Flight Caps: IAW MIL-C-3261F (USAF), dated 22 Sep 89 (26 pages) 2. Men's Cadet Flight Caps LOE, dated 8 Sep 11 (3 pages) 3. Women's Cadet Flight Caps: IAW MIL-C-44130C(GL), dated 11 Jan 91 (20 pages) 4. Women's Cadet Flight Caps LOE, dated 9 Sep 11 (2 pages) 5. Men's Officer Flight Caps LOE, dated 8 Sep 11 (2 pages) 6. Women's Officer Flight Caps LOE, dated 9 Sep 11 (2 pages) 7. Men's Service Caps: IAW USAFA CU 400-07, dated 27 April 10 (43 pages) 8. Men's Service Caps LOE, dated 28 Jul 11 (1 page) 9. Women's Service Caps: IAW USAFA CU 2090-05, dated 27 Apr 10 (41 pages) 10. Women's Service Caps LOE, dated 28 Jul 11 (1 page) 11. Bar Code Sample (1 page) 12. Past Performance Questionnaire (4 pages) 13. FAR 52.212-3 (9 pages) 14. FAR 52.212-3 Alt I (13 pages) 15. DFARS 252.225-7000 (1 page) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 12) applies to this acquisition. ADDENDUM TO FAR 52.212-4(c) CHANGES Text in paragraph (c) is deleted and replaced with the following: Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, etc. authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting Officer (for a complete list of changes that may be made unilaterally, see FAR 43.103(b)) (End of Addendum) 52.209-4 FIRST ARTICLE APPROVAL--GOVERNMENT TESTING (SEP 1989) - ALTERNATE I (JAN 1997) (a) The Contractor shall deliver 1 each of line items 0001, 0002, 0003, 0004, 0005, and 0006 within 30 calendar days from the date of this contract to the Government at 10th Contracting Squadron, 10 CONS/LGCB, Attn: Contracting Officer, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840 for first article tests. The shipping documentation shall contain this contract number and the Lot/Item identification. The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contract. (b) Within 5 calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. (c) If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following disapproval. The Contractor shall furnish any additional first article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this first article within the time limit specified in paragraph (b) of this clause. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (d) If the Contractor fails to deliver any first article on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract. (e) Unless otherwise provided in the contract, the Contractor-- (1) May deliver the approved first article as a part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing; and (2) Shall remove and dispose of any first article from the Government test facility at the Contractor's expense. (f) If the Government does not act within the time specified in paragraphs (b) or (c) of this clause, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (g) The Contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the first article during any first article test. (h) Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. (i) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the Offeror/Contractor and have been accepted by the Government. The Offeror/Contractor may request a waiver. (j) The Contractor shall produce both the first article and the production quantity at the same facility. (End of clause) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (NOV 12) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b) (i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (DEC 2010) (15 U.S.C. 637(d) (2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ___ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) Additional FAR clauses cited in the clause applicable to this acquisition are: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) 52.209-6 Protecting the Governments Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.219-13 Notice of Total Small Business Set-Aside (June 2003) 52.219-28 Post-Award Small Business Program Representation (Apr 2009) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (Jul 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-50 Combat Trafficking in Persons (Feb 2009) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 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) The provision at FAR 52.252-2, Clauses Incorporated by Reference applies to this acquisition: 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract 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 a clause may be accessed electronically at this address: http://farsite.hill.af.mil. (End of Clause) DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEVIATION) (NOV 12) APPLIES TO THIS ACQUISITION: (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5) (OCT 2010) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.237-7010 252.237-7019 Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Public Law 110-417) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of Clause) Additional DFARS clauses cited in the clause applicable to this acquisition are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011) 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payments Request (MAR 2008) 252.232-7010Levies on Contract Payments (DEC 2006) (End of clause) 5352.201-9101 Ombudsman (Nov 12): (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 interested 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 <http://www.whitehouse.gov/omb/circulars/a076/a76_rev2003.pdf> competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, Kelly S. Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-2379 Email: Kelly.Snyder@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested 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 (571) 256-2397, facsimile number (571) 256-2431. (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/FA7000-13-T-0017/listing.html)
- Place of Performance
- Address: USAFA, United States
- Record
- SN02940028-W 20121202/121130234212-d6566a94267f36e10d9aff9aa076484b (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 |