The RFP Database
New business relationships start here

Running Jackets & Trousers


Colorado, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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 315190 and the size standard in number of employees is 750.    
The purpose of this notice is to identify companies capable and qualified to manufacture running jackets & trousers for the Cadet Wing at the United States Air Force Academy.  All businesses capable of providing the running jackets & trousers 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.

CLIN 0001 The Running Jacket consists of the following:

•·        Description: Manufactured IAW CRFD/PD 04-08, Revision D, dated 30 Sep 10 (See attachment 1) and USAFA Letter of Exception dated 31 Aug 11 (See Attachment 2).

•·        Quantity: 1200 Each estimated

•·        Sizes:
Extra Small
Small
Medium
XXX Large

•·        Bar Code Label Requirement: A bar code label containing an approved stock number in Code 39 Bar code, brief description, size, and instructions must be placed on each individually packaged item, to each box, and shipping container.  Contractor shall submit a sample bar code to the contracting officer for approval within 20 days ofrom date of this award to the follwing address:


10 CONS/LGCB
Attn: Diana Myles-South
8110 Industrial Drive Suite 200

CLIN 0002 The Running Trouser consists of the following:

•·        Description: Manufactured IAW CRFD/PD 04-10, Revision D, dated 30 Sep 10 (See attachment 3) and USAFA Letter of Exception dated 9 Nov 11 (See Attachment 4).

•·        Quantity: 1200 Pair estimated

•·        Sizes:
Extra Small
Small
Medium
XXX Large

•·        Bar Code Label Requirement: A bar code label containing an approved stock number in Code 39 Bar code, brief description, size, and instructions must be placed on each individually packaged item, to each box, and shipping container.  Contractor shall submit a sample bar code to the contracting officer for approval within 20 days ofrom date of this award to the follwing address:

10 CONS/LGCB
Attn: Diana Myles-South
8110 Industrial Drive Suite 200


 A first article will be required in accordance with FAR 52.209-4 Alt 1.  Bar codes will be required for these running jackets & trousers in compliance with Code 39 or UPC Bar Code.

The contractor will be responsible for procuring the fabric for each running jacket & trouser.

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 Mark Holmes, 8110 Industrial Dr., Suite 200, USAF Academy, CO  80840-2315


-or-


E-mail:  mark.holmes.7@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 running jackets & trousers.

5.   Answers to the following questions:  

        a.  How long have you been in business?

        b.  Have you provided this item in the past?

        c.  Are you a manufacturer or supplier of the item?

        d.  What is your lead-time for delivery?

        e.  Have you ever performed Government contracts?

        f. What are your payment/discount terms?  Do you offer an educational discount to universities?

        g.  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.

        h.  Where are the running jackets & trousers manufactured?

        i.  Where are the components manufactured?

        j.  What is your estimated cost for this requirement? You will not be held to this price, it is only for market research purposes.

        k.  Do you offer warranty coverage? If yes, provide further details.

        l.  Is the product Buy American compliant IAW DFARS 252.225-7001?

        m.  Is the product considered commercially available off-the-shelf IAW FAR 2.101 and FAR 12.103?   If not, is the product considered commercial?

        n.  Can you price out a base with 4 options?  If not, how many options years can you price?       

        o.  Is the product Berry amendment compliant IAW DFARS 252.225-7012?

        p.  Is it an industry standard commercial practice to provide a first article?

        q.  Does the product require any unique packaging?

        r.  Is it commercial practice to provide a Bar code for this product?

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, is it 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.

7. Do you subcontract the work?  If so, what portion of the work will you perform due to the following clause: FAR 52.219-14 - Limitations on subcontracting:

Limitations on Subcontracting (Nov 2011)


(a) This clause does not apply to the unrestricted portion of a partial set-aside.


(b) Applicability. This clause applies only to--

(1) Contracts that have been set aside or reserved for small business concerns or 8(a) concerns;

(2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) concerns; and

(3) Orders set aside for small business or 8(a) concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F).


(c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for --

(1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.

(2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials.

(3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.

(4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees.

(End of Clause)


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 running jackets & trousers, please send your response in writing to the primary point of contact indicated within this announcement.  Responses are due no later than 28 February 2017, 10:00 a.m. MDT.  Questions and responses should be addressed to the primary contact, Mark Holmes, Contracting Specialist, 719-333-0809 or mark.holmes.7@us.af.mil or the alternate point of contact, Diana Myles-South, Contracting Officer, 719-333-8650 or diana.south@us.af.mil.


Mark C. Holmes, Phone 7193330809, Email mark.holmes.7@us.af.mil - Diana Myles-South, Contracting Officer, Phone 719-333-8650, Fax 719-333-9075, Email Diana.South@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP