Federal Bid

Last Updated on 02 Jul 2019 at 10 PM
Solicitation
Force Pennsylvania

Cadet Socks

Solicitation ID FA7000-10-T-0021
Posted Date 22 Feb 2011 at 9 PM
Archive Date 02 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa7000 10 Cons Lgc
Agency Department Of Defense
Location Force Pennsylvania United states
This is a Pre-Solicitation notice only for the manufacturing of socks. The solicitation will follow in a few days and posted on FedBizOpps.

Salient Characteristics are as follows:

Socks, Boot, Sage:

Description - Over the calf style, made from synthetic yarns for wicking moisture away from skin, spandex yarns for calf and arch support, increased loft in toe and heel area for cushioning and blister prevention, nylon exterior yarn for durability, and antimicrobial silver yarn technology in foot area for odor and bacteria reduction.

Socks, Physical Training, White:

Description - Crew style, made from synthetic yarns for wicking moisture away from skin, spandex yarns for arch support, increased loft in toe and heel area for cushioning and blister prevention, nylon yarn exterior for durability, and antimicrobial silver yarn technology in foot area for odor and bacteria reduction.

Socks, Dress, Black:

Description - Calf length made from synthetic yarns for wicking moisture from skin, nylon exterior yarns for durability, also with added yarn density in the heel and toe area for cushioning and blister prevention.

Sock, Ski, White:

Description - Over the calf style, made from synthetic or synthetic/wool blended yarns for wicking moisture away from skin, spandex yarns for calf and arch support, increased loft throughout the sock for cushioning and blister prevention and added warmth, nylon exterior yarn for durability.

The quantities and sizes are as follows:

CLIN 0001
Medium sock kits- 300
Large sock kits- 800
X-Large sock kits- 320
Total- 1,420 kits

CLIN 0002
Medium crew sock: 300 pair
Large crew sock: 900 pair
Total- 1,200 pair

CLIN0003
Medium boot sock: 400 pair
Large boot sock: 1000 pair
X-Large boot sock: 500 pair
Total- 1,900 pair

*Each kit consists of the following: 12 pair boot socks, 10 pair crew socks, 12 pair black dress socks, and 2 pair ski socks. The kits must be packed into a 12-1/2'' X 14-1/2'' X 16-1/2'' box.


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, which is known as the Berry Amendment.

It is the Government's intent to issue a Request for Proposal, FA7000-10-T-0021 in support of awarding a Firm-Fixed Price purchase order. Delivery is no later than 01 Jun 2011. This is a 100% small business set-aside. The North American Industry Classification System Code (NAICS) is 315119 and the small business size standard is 500 employees. It is anticipated the solicitation will be issued electronically on or about 23 February 2011and 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 httpps://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 using FAR Part 12 & 13 (all or none basis) 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. Technically Acceptable - Meet Salient Characteristics (Pass/Fail)
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,
Kim Diercks
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 Michelle Desmarais at (719) 333-2965 or e-mail at [email protected] or alternate Diana Myles-South (719) 333-8650 [email protected]

Bid Protests Not Available

Similar Past Bids

Usaf academy Colorado 25 Jan 2010 at 8 PM
Location Unknown 13 Nov 2012 at 10 PM
Location Unknown 24 Oct 2017 at 6 PM
Location Unknown 17 Aug 2009 at 9 PM
Force Pennsylvania 07 Apr 2009 at 5 PM

Similar Opportunities

Usaf academy Colorado 10 Jul 2025 at 8 PM
Colorado 31 Jul 2025 at 4 AM (estimated)
Colorado 31 Jul 2025 at 4 AM (estimated)
Louisiana 23 Jul 2025 at 2 PM