Federal Bid

Last Updated on 22 Feb 2011 at 9 AM
Combined Synopsis/Solicitation
Cadet Missouri

Men's and Women's Running Shoes

Solicitation ID FA7000-11-T-0020
Posted Date 31 Jan 2011 at 1 PM
Archive Date 22 Feb 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa7000 10 Cons Lgc
Agency Department Of Defense
Location Cadet Missouri United states
 

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 FA7000-11-T-0020, in accordance with FAR Parts 12 & 13.  This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-49 effective 24 Jan 2011.  The North American Industry Classification System Code (NAICS) is 316219. The proposed acquisition is unrestricted.  All responsible sources may submit a quote, which if received timely, will be considered by the 10th Contracting Division, USAF 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)

 

The following provides the salient characteristics that will satisfy the Governments needs:

 

Description                                                      Quantity          Unit Price        Extended Price

 

Men's Running Shoes:                                 929 Pairs         $________      $____________

 

IAW USAFA PD 34TRW/SDCU 252, DTD 06 OCT 09 (See Attachment 1)

FOR SIZES AND QTY LISTED BELOW:

  

RQN.#            STOCK#                                             SIZE                           QTY

0001                8430L9110057000                              7-1/2M                        4

0002                8430L9110067000                              8M                               36

0003                8430L9110077000                              8-1/2M                        36

0004                8430L9110087000                              9M                               100

0005                8430L9110267001                              9XW                           4

0006                8430L9110097000                              9-1/2M                        110

0007                8430L9110277002                              9-1/2XW                     2

0008                8430L9110107000                              10M                             120

0009                8430L9110297000                              10-1/2M                      160

0010                8430L9110297001                              10-1/2W                      20

0011                8430L9110110000                              10-1/2XW                   2

0012                8430L9110307000                              11M                             30

0013                8430L9110307001                              11W                            6

0014                8430L9110317000                              11-1/2M                      100

0015                8430L9110327000                              12M                             60

0016                8430L9110337000                              12-1/2M                      30

0017                8430L9110347000                              13M                             70

0018                8430L9110347002                              13XW                         3

0019                8430L9110357000                              14M                             30

0020                8430L9110367000                              15M                             6

                                                                                    TOTAL                      929

UEST UNIT PACK OF ONE PAIR PER BOX

 

REQUEST BAR CODE LABEL WITH OUR STOCK NUMBER, BRIEF DESCRIPTION AND SIZE.

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 pair of shoes, to each box and shipping container. See Attachment 2 for a bar code example.

 

A sample bar code label shall be submitted for approval within 10 days of receipt of notice of contract award. Submittals shall be made to:

10 CONS/LGCB

Attn: Rachell Monteleone

8110  Industrial Drive, Ste. 200

USAF Academy, CO 80840-2315

 

 

Description                                                      Quantity          Unit Price        Extended Price

 

Women's Running Shoes:                              240 Pairs      $________        $__________

 

IAW USAFA PD 34TRW/SDCU 252, DTD 06 OCT 09 (See Attachment 1)

FOR SIZES AND QTY LISTED BELOW:

 

  

RQN.#            STOCK#                                             SIZE                           QTY

0021                8430L9110027000                              6M                               10

0022                8430L9110217000                              6-1/2M                        10                               

0023                8430L9110227000                              7M                               40       

0024                8430L9110237000                              7-1/2M                        24                               

0025                8430L9110247000                              8M                               50                   

0026                8430L9110257000                              8-1/2M                        30       

0027                8430L9110267000                              9M                               50

0028                8430L9110287000                              10M                             10       

0029                8430L9110297000                              10-1/2M                      4         

0030                8430L9110307001                              11M                             10

0031                8430L9110120000                              11XW                         2

                                                                                    TOTAL                      240

 

REQUEST UNIT PACK OF ONE PAIR PER BOX

 

REQUEST BAR CODE LABEL WITH OUR STOCK NUMBER, BRIEF DESCRIPTION AND SIZE.

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 pair of shoes, to each box and shipping container. See Attachment 2 for a bar code example.

 

A sample bar code label shall be submitted for approval within 10 days of receipt of notice of contract award. Submittals shall be made to:

10 CONS/LGCB

Attn: Rachell Monteleone

8110  Industrial Drive, Ste. 200

USAF Academy, CO 80840-2315

 

 

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, any discount terms, delivery terms, cage code, DUNS number, tax identification number, size of business, warranty information and acknowledgement of solicitation amendments if required.

 

Quotes must be received no later than 01:00 pm Mountain Time, February 7th, 2011 at the 10 CONS/LGCB, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315.  Please submit quotes by e-mail to Rachell Monteleone at [email protected].  In my absence, please contact Diana Myles-South, Contracting Officer, (719) 333-8650 or email to [email protected]. Vendors/Customers filling out the surveys shall fax them to the attention of Diana Myles-South, Contracting Officer or Rachell Monteleone, Contract Specialist at (719) 333-9103/ (719) 333- 9075 or e-mail to [email protected] or [email protected].

 

Addenda to FAR 52.212-1, Proposal Preparations Instructions:

 

a. Quotes will be evaluated on a pass/fail basis to determine whether the proposed running shoes meet the salient physical, functional, or performance characteristics of running shoes specified in USAFA PD 252, DTD 6 OCT 2009 (see Attachment 1).

 

b. Once a quote has been determined to be technically acceptable, then the quote with the lowest evaluated price will be awarded the contract.

 

 c.  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.

Request unit pack of one pair per box. Request unit pack of one pair per box and either 6 pairs/ 12 pairs per carton. Delivery is required no later than 31 May 2011.

 

SHIP TO ADDRESS:

 

Cadet Store Officer - FX7000

Mitchell Hall Annex, Bldg 2351

USAF Academy CO  80840

 

   

d.  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 on line at: (http://orca.bpn.gov/publicsearch.aspx).  If not completed on-line, 52.212-3 (Attachment 3) and its Alt I (Attachment 4) shall be completed in hard copy and submitted with quote.

 

   e.  The provision at DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate (Attachment 5), must be completed, signed and returned with quote.  The certificate can also be obtained at hptt://farsite.hill.af.mil/).  In accordance with FAR 52.212-4(t), Central Contractor Registration (CCR) contractors must be registered with CCR to conduct business with the Department of Defense.  No purchase order can be awarded to any company without this registration (www.ccr.gov).

 

 

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 factors shall be used to evaluate offers:

 

Quotes will be evaluated on a pass or fail basis to determine whether the proposed running shoes meet the salient physical, functional, or performance characteristics of running shoes specified in Attachment 1.  Contractors shall include in their quote descriptive literature such as illustrations, drawings, or a clear reference to information readily available to the Contracting Officer.  The Contracting Officer is not responsible for locating or obtaining any information not identified in their quote.  If a quote cannot comply with every requirement that quote will not be technically acceptable.  Once an offer has been determined to be technically acceptable then the quote with the lowest evaluated price will be awarded the contract. 

 

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.

 

 

The following clauses apply to this acquisition. 

 

The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items (June 2010) applies to this acquisition and the following addenda applies:

.

The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) (Oct 2010) applies to this acquisition.  Additional FAR clauses cited in the clause applicable to this acquisition are:

 

            52.204-10  Reporting Executive Compensation and First-Tier Subcontract Awards

                                (July 2010)

52.219-28  Post-Award Small Business Program Representation (Apr 2009)

            52.222-3    Convict Labor (Jun 2003)

            52.222-19  Child Labor -- Cooperation with Authorities and Remedies (July 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  Combating Trafficking in Persons (Feb 2009)

            52.223-18  Contractor Policy to Ban Text Messaging While Driving (Sep 2010)

            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)

 

FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998):  This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text.  The full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/.

        

DFARS 252.212-7001, Contract terms and Conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (Deviation) (June 2010) applies to this acquisition.  Additional DFARS clauses cited in the clause applicable to this acquisition are:  

 

252.203-7000   Requirements Relating to Compensation of Former DoD Officials (Jan 2009)

252.225-7001   Buy American Act and Balance of Payments Program (Jan 2009)

252.225-7002  Qualifying Country Sources as Subcontractors (Apr 2003)

252.232-7003   Electronic Submission of Payments Request (Mar 2008)

252.232-7010   Advance Payment Pool (Jul 2010)

 (End of clause)

 

5352.201-9101 Ombudsman (Jun 2010):

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)

 

5352.242-9000   Contractor Access to Air Force Installations (Jun 2010):

a. The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.

b. The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and (refer to USAFA A-01 Contractor Access to USAFA Instruction) to obtain a vehicle pass.

c. During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.

d. When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management,] citing the appropriate paragraphs as applicable.

e. Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.

f. Failure to comply with these requirements may result in withholding of final payment.

(End of clause)

 

 

 

52.209-4 -- First Article Approval -- Government Testing.

First Article Approval -- Government Testing (Sep 1989)

 (a) The Contractor shall deliver (1) pair of men's size 10 running shoe with bar code  within 10 calendar days from the date of this contract to the Government at 10 LGCB Contracting Attn: Nathan Pauly 8110 Industrial Drive Ste. 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 a 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 paragraph (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.

The requirement for first article approval may be waived for those items that are identical or similar to those called for have been previously furnished by the offeror to the USAF Academy within the past three years and have been accepted by the Government.  A request for waiver shall be submitted with the proposal, if applicable.

Bid Protests Not Available

Similar Past Bids

Hall New york 06 Mar 2007 at 5 AM
Usaf academy Colorado 15 Feb 2006 at 5 AM
Colorado springs Colorado 27 Nov 2012 at 11 PM
Usaf academy Colorado 16 Apr 2005 at 5 AM

Similar Opportunities

Allentown Pennsylvania 14 Jul 2025 at 6 PM
Columbia South carolina 14 Jul 2025 at 4 AM
Columbia South carolina 14 Jul 2025 at 4 PM
Columbia South carolina 14 Jul 2025 at 4 PM