SOURCES SOUGHT
84 -- Ceremonial Swords - Attachment - USAFA PD 945
- Notice Date
- 10/11/2016
- Notice Type
- Sources Sought
- NAICS
- 332215
— Metal Kitchen Cookware, Utensil, Cutlery, and Flatware (except Precious) 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
- FA7000-17-R-0002
- Archive Date
- 12/6/2016
- Point of Contact
- Leila N. Bussey, Phone: 7193338093, Diana Myles-South, Phone: 719-333-8650
- E-Mail Address
-
leila.bussey@us.af.mil, Diana.South@us.af.mil
(leila.bussey@us.af.mil, Diana.South@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- USAFA PD 945 This announcement serves as a Sources Sought Synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10 for an upcoming acquisition at the United States Air Force Academy. This sources sought is issued solely for information and planning purposes and does not constitute a solicitation. For the purpose of this acquisition, the North American Industry Classification System Code (NAICS) is 332215 and the size standard in number of employees is 750. The purpose of this notice is to identify companies capable and qualified to provide ceremonial swords In Accordance With United States Air Force Specifications, USAFA PD 945 dated 25 January 2013 (See attachment 1). All businesses capable of providing ceremonial swords are invited to respond. Interested small business vendors must reference their 8(a), HUB Zone, Women-owned, or Service Disabled Veteran status, if applicable. The proposed contract is anticipated to be a Ceremonial Swords contract with a base year period of 1 year with four option years. The estimated quantities for the ceremonial swords are as follows: LINE ITEM SALIENT CHARACTERISTICS QTY CLIN 0001 Sword with scabbard and cover, USAF Cadet type 1, class 3, medium blade length, 762MM (30") overall length 887MM (35") 1,600 CLIN 0002 Sword with scabbard and cover, USAF Cadet type 1, class 2, short blade length, 711MM (28") overall length 836MM (33") 60 CLIN 0003 Sword with scabbard and cover, USAF Cadet type 1, class 1, extra-short blade length, 660MM (26") overall length 785MM (31") 60 CLIN 0004 Sword with scabbard and cover, USAF Cadet type 1, class 4, long blade length, 813MM (32") overall length 938MM (37") 4 CLIN 0005 Sword with scabbard and cover, USAF Cadet type 1, class 5, extra-long blade length, 864MM (34") overall length 989MM (39") 4 CLIN 0006 Wing Commander gold sword with scabbard and cover, USAF Cadet type 2, class 2,short blade length, 711MM (28") overall length 836MM (33") 10 CLIN 0007 Wing Commander gold sword with scabbard and cover, USAF Cadet type 2, class 3, medium blade length, 762MM (30") overall length 887MM (35") 10 CLIN 0008 Wing Commander gold sword with scabbard and cover, USAF Cadet type 2, class 4, long blade length, 813MM (32") overall length 938MM (37") 2 CLIN 0009 Wing Commander gold sword with scabbard and cover, USAF Cadet type 2, class 5, extra-long blade length,864MM (34") overall length 989MM (39") 2 Delivery is FOB Destination to USAF Academy, CO 80840. The specifications for this requirement are included. Comments and/or suggestions on the specifications are encouraged and can be included in your capabilities package. Interested businesses shall provide the following information: 1. Company name, mailing address, cage code, DUNS number, point of contact, telephone number and email address. 2. Business size status, e.g., 8(a), HUBZone, Woman Owned or Service Disabled Veteran-Owned, small business, large business, etc. 3. Appropriate written information and/or data supporting your capability to provide the stated ceremonial swords. 4. Answers to the following questions: a. How long have you been in business? b. Have you provided this item in the past? c. Are you a manufacturer or supplier of the item? d. What is your lead-time for delivery? e. Have you ever performed Government contracts? f. What are your payment/discount terms? Do you offer an educational discount to universities? g. If you require different terms and conditions than those normally used by the Government, what are your commercial terms and conditions? Please feel free to provide a copy of your terms and conditions for this type of work. h. Where are the swords manufactured? i. Where are the components manufactured? j. What is your estimated cost for this requirement? You will not be held to this price, it is only for market research purposes. k. Are operating and maintenance manuals, or any other items, included? l. Do you offer warranty coverage? If yes, provide further details. m. Is the product Buy American compliant IAW DFARS 252.225-7001? n. Is the product considered commercially available off-the-shelf IAW FAR 2.101 and FAR 12.103? If not, is the product considered commercial? o. Can you price out a base with 4 options? If not, how many options years can you price? p. Are salient characteristics too restrictive? If so, explain. The Buy American Act (DFARS 252.225-7001) applies to this acquisition. All potential offerors are reminded, in accordance with FAR 52.212-4(t)(4), System for Award Management, lack of registration in the System for Award Management (SAM) will make an offeror ineligible for contract award. Offerors and Contractors may obtain information on registration and annual confirmation requirements via SAM accessed through https://www.acquisition.gov. As of 1 January 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. Representation and Certification are to be accomplished at https://www.sam.gov. Registration requires applicants to have a DUNS number from Dun and Bradstreet and can be obtained at www.dnb.com. Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary. The Government will not pay for any information submitted in response to this sources sought synopsis OMBUDSMAN (JUN 2016) (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 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, James Anderson 8110 Industrial Drive, STE 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 Email: james.anderson.72@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman 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) 256-2395, 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) This notice is designed to locate responsible sources that have an interest, and have the ability to supply the item described herein. If your firm is capable and qualified to provide ceremonial swords, send the required response in writing to the primary point of contact indicated within this announcement. Responses are due no later than 21 November 2016, 1:00 p.m. Mountain time by e-mail. Questions and responses should be addressed to the primary contact, Leila Bussey, Contracting Specialist, 719-333-8093 or leila.bussey@us.af.mil or the alternate point of contact, Diana Myles-South, Contracting Officer, 719-333-8650 or diana.south@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-17-R-0002/listing.html)
- Record
- SN04300885-W 20161013/161011233848-9d7713d6be021fcf4b0bc72d60210e21 (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 |