SOURCES SOUGHT
84 -- USAFA Athletic Jackets and Parkas - FA700017R0010 Attachments
- Notice Date
- 12/7/2016
- Notice Type
- Sources Sought
- NAICS
- 315220
— Men's and Boys' Cut and Sew 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
- FA7000-17-R-0010
- Archive Date
- 1/31/2017
- Point of Contact
- Leila N. Bussey, Phone: 7193338093, Diana Myles-South, Phone: 719-333-8650
- E-Mail Address
-
leila.bussey@us.af.mil, Diana.Myles-South@us.af.mil
(leila.bussey@us.af.mil, Diana.Myles-South@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Spec 2030-04 Parka (Women's) Spec 320-08 Parka (Men's) Spec 370 - Athletic Jackets (Men's and Women's) 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 (USAFA). This sources sought is issued solely for information and planning purposes and does not constitute a solicitation. DO NOT submit a quote or proposal in response to this synopsis. For the purpose of this acquisition, the North American Industry Classification System Code (NAICS) is 315220 and the size standard in number of employees is 750. The purpose of this notice is to identify companies capable and qualified to manufacture athletic jackets and parkas for the United States Air Force Academy. All businesses capable of providing the athletic jackets and parkas are invited to respond. Interested small business vendors must reference their 8(a), HUB Zone, Women-owned, or Service Disabled Veteran status, if applicable. This must be signed by a company officer with authority to bind the company. The proposed contract is anticipated to be a Firm-Fixed Price Requirements type contract with a base period of one year with up to four option years. The Government will make available to the contractor Government Furnished Material (GFM) will provide the material to manufacture the outer shell for the athletic jackets; the contractor will be responsible for procuring all other materials to manufacture the athletic jackets. The contractor will be responsible for procuring all fabric and materials to manufacture the parkas; GFM will not be provided for the parkas. The estimated quantities, per year, are: · Men’s Athletic Jackets, 2,426 each · Women’s Athletic Jackets, 867 each · Men’s Parkas, 1,275 each · Women’s Parkas, 377 each The specifications for each cap are: · Men’s Athletic Jackets: USAFA CU-370 dated 28 January 2015. GFM provided for crown, side panels, and curtain pieces. · Women’s Athletic Jackets: USAFA CU-370 dated 28 Janurary 2015. GFM provided for crown, side panels, and curtain pieces. · Men’s Parkas: Specification USAFA CU-320-08 dated 3 January 2011. GFM is not provided. · Women’s Parkas: Specification USAFA CU-2030-04 dated 3January 2011. GFM is not provided. Exact quantities and sizes will be identified on individual delivery orders. The estimated quantities listed above are for a recurring, annual basis. A first article will be required in accordance with FAR 52.209-4 Alt 1. Bar codes will be required for these athletic jackets and parkas in compliance with Code 39 or UPC Bar Code. All items and components must be made and manufactured in accordance with DFARS 252-225-7001, Buy American Act and Balance of Payments Program and DFARS 252-225-7012, Preference for Certain Domestic Commodities (also referred to as the Berry Amendment). The Berry Amendment applies only to DoD and has been included in DoD Appropriations Act since 1941. The Act restricts DoD expenditures of funds for supplies consisting in whole or in part of certain article and items not grown or produced in the United States or its possessions. 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 http://www.sam.gov. 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. 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. If you are a potential source interested in participating in this procurement, please submit a written response with your capability statement on letterhead to one the following: Mail : 10 CONS/LGCB, Attn: Diana South and Leila Bussey, 8110 Industrial Dr., Suite 200, USAF Academy, CO 80840-2315 -or- E-mail : leila.bussey@us.af.mil and diana.south@us.af.mil Responses should also include the following: 1. Three (3) past performance references with a point of contact, contract number, and telephone number. 2. Company name, mailing address, cage code, DUNS number, point of contact, telephone number and email address. 3. Business size status, e.g., 8(a), HUBZone, Woman Owned Small Business, Veteran-Owned or Service Disabled Veteran-Owned Small Business, large business, etc. 4. Appropriate written information and/or data supporting your capability to provide the stated athletic jackets and parkas. 5. Answers to the following questions: a. How long have you been in business? b. Have you ever performed Government contracts? c. What is your business arrangement in the commercial industry? d. Have you ever manufactured these types of jackets and/or parkas or a similar outerwear? e. Are you a manufacturer or do you subcontract out the work? f. What is the size of your facility(s)? g. Where will each item be manufactured? h. What is your lead-time for manufacturing? What are the longest lead times for components (e.g., braid, buttons, zippers)? i. What is your standard packaging and marking requirements? j. Do you have a quality control process in place? If so, explain your process. k. What would you consider “risk” on the contractor’s part for this acquisition? l. Do you have a subcontracting plan if you are a large business? Is it a commercial subcontracting plan? Have you met your subcontracting goals? If not, are there subcontracting opportunities for small businesses? m. What type of relationship do you have with your suppliers or subcontractors? n. Do you have your own capability to make patterns? Or do you subcontract out the work? o. Are you in compliance with the Berry Amendment? Note: This includes components to make the end item (e.g., braid, buttons, zippers). p. Are the components readily available in the market? q. 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. r. What is your estimated cost for this requirement per garment? You will not be held to this price, it is only for market research purposes. s. In the commercial market, do you provide first article samples or production samples? What do you call this in the commercial market? t. In the commercial market, are you required to have bar codes on the individual garmets? u. Are you able to price out a requirement for a base year with four options or is the market so unstable that this is not doable to price out this far ahead. Would it be more efficient to shorten the contract period? 6. We are also seeking industry feedback on Economic Price Adjustments (EPA), FAR 52.216-3, Economic Price Adjustment-Semi Standard Supplies, as it could possibly pertain to the rising cost of labor. An EPA would provide for upward and downward revision of the stated contract price upon the occurrence of specified contingencies. Please discuss your proposed pricing index and whether the EPA should be used and why? Also, it is an industry standard in the commercial market to have an EPA clause in your contracts? Will you be able to price out a base year with four options or would it be more beneficial/reasonable to request less than a base plus four options? Please explain. This notice is designed to locate responsible sources that have an interest, and have the ability to supply the items described herein. If your firm is capable and qualified to provide the athletic jackets and parkas, please send your response in writing to the primary point of contact indicated within this announcement. Responses are due no later than 16 January 2017, 13:00 p.m. MDT. 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-0010/listing.html)
- Place of Performance
- Address: 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 808040, United States
- Zip Code: 08040
- Zip Code: 08040
- Record
- SN04345447-W 20161209/161207234024-aa72b72fb78005142187f8705db71ef3 (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 |