The purpose of this notice is to identify companies, in particular Small business socio-economic categories capable and qualified of providing the Distinctive Uniforms for the United States Air Force Academy consisting of men's coats, trousers and overcoats, women coats, skirts, slacks and overcoats in accordance with United States Air Force Academy Specification
Estimated 2,000 each Cadet Men's Service Coats IAW USAFA CU 120-09, dated 30 December 2002
Estimated 200 each fill-in orders
Estimated 450 each Women's Service Coats IAW USAFA CU 2005-01, dated 30 December 2002
Estimated 45 each fill-in orders
Estimated 5,200 pair of men's trousers IAW Purchase Description YAGC 85-1B, dated 3 Nov 03, USAFA Letter of Exception dtd 6 Jun 03
Estimated 450 pair fill-in orders
Estimated 700 pair of Women's slacks IAW USAFA CU 85, Dated 6 Nov 2008
Estimated 50 pair fill-in orders
Estimated 175 each Women's skirts IAW USAFA CU 2010-05, Dated 25 Nov 2002
Estimated 35 each fill-in orders
Estimated 600 each Men's Overcoats IAW USAFA CU 300-08, Dated 30 Dec 2002
Estimated 75 each fill-in orders
Estimated 175 each Women's Overcoats IAW USAFA CU 2050-03, Dated 30 Dec 2002
Estimated 45 each fill-orders
Garments shall be manufactured from tropical wool polyester and wool sponge material in accordance with USAF Academy specifications. The basic fabric only will be provided to the successful offeror as Government Furnished Material (GFM). Delivery is FOB Destination to USAF Academy, CO 80840. A clause contained in this synopsis is Defense Federal Acquisition Regulations (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 expenditure of funds for supplies consisting in whole or in part of certain article and item not grown or produced in the United States or its possessions. Delivery is FOB Destination to USAF Academy, CO 80840.
The specifications for this requirement are attached. Comments and/or suggestions on the attached specifications are encouraged and can be included with your capabilities package.
Interested businesses shall provide the following information:
1. Company name, mailing address, cage code, DUNS numbers, point of contact (POC), POC telephone number and e-mail address.
2. Business size status (i.e., 8(a), HUBZone, Woman/Women Owned or Service Disabled Veteran-Owned, small business, large business, etc.).
3. Appropriate written information and/or data supporting their capability to perform the required effort to include past performance information.
5. Answers to the following questions: (include questions below as applicable, otherwise delete. Add any questions specific to your acquisition not included below).
a. How long you have been in business?
b. Have you ever manufacture this type of uniform or a like uniform?
c. What is your business arrangement?
d. Are you a manufacturer or do you subcontract out the work?
e. Have you ever performed government contracts?
f. What are your payment terms?
g. Are you willing to submit to a contract with a base year and four option years?
h. 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.
i. What is your estimated cost per year for this requirement per garment? You will not be held to this price, it is only for market research purposes.
j. Are you familiar with the Berry Amendment? Are you in compliance with the Berry Amendment?
k. 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?
If your firm is capable and qualified to provide the manufacturing of the Distinctive Uniform required respond in writing to the point of contact indicated within this announcement. Responses are due no later than 25 June 2010, 2:00 p.m. MDT by either e-mail or fax to 719-333-9103. Questions and responses should be addressed to the Primary POC, Jon Wilczynski at 719-333-2933 or sent via e-mail to [email protected]. Alternate POC is Diana Myles-South, Contracting Officer, (719) 333-8650 or [email protected].
Contractors must have a current registration with the Central Contractor Registration (CCR) at http://www.ccr.gov and with Online Representation and Certification Application (ORCA) at http://orca.bpn.gov by time of award.