Line items are as follows:
Base Year: (1 Mar 10 [or date of award whichever is later] through 30 Sep 10)
Line item 0001: Footlocker, Color: USAFA Blue, IAW Product Description 10 ABW/LGLC-0001, dated 5 Dec 2002.
Total: (Est.) 1,400 each
Option Year 1: 1 Oct 10 - 30 Sep 11
Line item 1001: Footlocker, Color: USAFA Blue, IAW Product Description 10 ABW/LGLC-0001, dated 5 Dec 2002.
Total: (Est.) 1,400 each
Option Year 2: 1 Oct 11 - 30 Sep 12
Line item 2001: Footlocker, Color: USAFA Blue, IAW Product Description 10 ABW/LGLC-0001, dated 5 Dec 2002.
Total: (Est.) 1,400 each
Option Year 3: 1 Oct 12 - 30 Sep 13
Line item 3001: Footlocker, Color: USAFA Blue, IAW Product Description 10 ABW/LGLC-0001, dated 5 Dec 2002.
Total: (Est.) 1,400 each
Option Year 4: 1 Oct 13 - 30 Sep 14
Line item 4001: Footlocker, Color: USAFA Blue, IAW Product Description 10 ABW/LGLC-0001, dated 5 Dec 2002.
Total: (Est.) 1,400 each
It is the government's intent to issue a Request for Proposal, FA7000-10-R-0007 in support of awarding a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The resulting contract awarded from issuance of the solicitation and evaluation of offers assigns a minimum guarantee of $70,000.00 for the life of the contract. The maximum ordering limit is $800,000.00 for the life of the contract. Delivery for the base year is no later than September 2010. This requirement will be 100% small business set aside. The North American Industry Classification System Code (NAICS) is 316991 and the small business size standard is 500 employees. It is anticipated the solicitation will be issued electronically on or about 25 Jan 2010 on the Federal Business Opportunities (FBO) web page at http://www/fbo.gov. Due date for receipt of proposal will be indicated in the solicitation document when it is released. Once the solicitation is posted on FBO, it is incumbent upon the interested parties to review this site frequently for any updates or amendments. It should be noted that paper copies of documents will not be provided. Offerors must be registered with Central Contractor Registration (CCR) or may be not be considered for award. Registration can be accomplished at http://www.ccr.gov. As of 1 Jan 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitation as part of the proposal submission process. Representation and Certification are to be accomplished in the database at https://orca.bpn.gov/. Registration requires applicants to have a DUNS number from Dun and Bradstreet and can be obtained at www.dnb.com.
The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose offer conforming to the solicitation will be most advantageous to the government. The following factors shall be used to evaluate proposals:
a. Past Performance. This is a competitive best value source selection in which competing offeror's past performance history will be evaluated on a basis significantly more important than cost or price considerations.
b. Price
5352.201-9101 OMBUDSMAN (AUG 2005)
(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 719-333-2379
email: [email protected]
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)
The primary point of contact is Contract Specialist, Monique King-Hotop at (719) 333-8265 or e-mail at [email protected] or alternate Contracting Officer, Diana South at (719) 333-8650 [email protected]