Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2004 FBO #0977
SOLICITATION NOTICE

84 -- Safety Footwear for a Base Year With Four One-Year Option Periods

Notice Date
7/28/2004
 
Notice Type
Solicitation Notice
 
NAICS
316213 — Men's Footwear (except Athletic) Manufacturing
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-04-R-0019
 
Response Due
9/17/2004
 
Archive Date
11/16/2004
 
Point of Contact
Jo Ann Hayes, 410-278-0771
 
E-Mail Address
Email your questions to ACA, Aberdeen Proving Ground
(joann.hayes@apg.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Supart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. W91ZLK-04-R-0019 is issued as an Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-2 0 Contractors may submit pricing in MS Work or Excel format with signed letter attached. The U.S. Army Contrating Agency, Aberdeen Proving Ground, MD 21005-3013 has a requirement for the purchase of safety footwear for a base year period beginning 1 Oct ober 2004 with four one-year option periods. Contractor shall provide DOMESTIC END PRODUCTS ONLY subject to the Berry Amendment. The contractor shall provide safety footwear through MOBILE services only. Descriptions and estimated quantities of each typ e of footwear are as follows: (1)Men's Soft Black Leather, SD, slip-on, 70 pair; (2)Men's, SD, Soft Black Leather Oxford, 70 pair; (3)Men's, IH, 6 in, Black Insulated Waterproof, 70 pair; (4)Men's, EH, 6 in, Tan, TS-100 Work Shoe, 70 pair; (5)Men's, IH, 6 in, Black, TS-100 Work Shoe, 70 pair; (6)Men's, SD, 6 in, Black Work Shoe, 70 pair; (7)Men's, SD, 6 in Brown Work Shoe, 75 pair; (8)Men's, EH, 8 in, Tan, TS-100 Work Boot, 75 pair; (9)Men's, IH, 8 in, Black Insulated, Waterproof Work Boot, 70 pair; (10)Me n's, IH, 8 in, Black Insulated Work Boot, 75 pair; (11)Men's, IH, 10 in, Black Waterproof Wellington Boot, 70 pair; (12) Men's, EH, 8 in, Black Oiled Leather Uppers Work Boot, 70 pair; (13)Men's, IH, 16 in, Black Rubber Knee Boot, 70 pair; (14)Men's, EH, 8 in, Dark Brown Boot, 70 pair; (15)Men's, EH, 8 in, Black Boot, 70 pair; (16)Men's, SD, 8 in, Brown Work Boot; 70 pair; (17)Men's, EH, 6 in, Brown Boot, 70 pair; (18)Men's, EH, 8 in, Brown Boot, 70 pair; (19) Men's, EH, 8 in, Brown Boot Gore-Tex, 70 pair; (20)Men's, SD, Brown Chukka Plain Toe, 70 pair; (21)Men's, SD, Brown Moc Toe Oxford, 70 pair; (22)Men's, SD, Brown Nature Toe Oxford, 70 pair; (23)Men's SD, Brown Nature Toe Oxford, 70 pair; (24)Men's, SD, Plain Toe Oxford, 70 pair; (25)Men's, EH, 8 in Ins ulated Gore-Tex, 80 pair; (26)Men's, IH, 8 in Insulated Logger Boot, 70 pair; (27)Women's, 6 in., Brown Work Shoe, 70 pair; (28)Women's, EH, Black, Leather Oxford, 70 pair; (29)Women's, SD, Black Dress Boot, 70 pair; (30)Women's, SD, Burnt Maple Oxford, 70 pair, Contractors are directed to provide pricing for each Item of safety footwear for the Base Year, and for each of the four option years. Material will be ordered as required and in conjunction with estimated quantities. Requirements will be based o n a minimum of 35 pair and maximum of 200 pair per visit. The anticipated schedule will be at the Aberdeen Area Bldg 4302 and at the Edgewood Area, Bldg E-5185. The shoemobile is required to insure that the ANSI Z41.1 is met. The Shoemobile should be ab le to meet some medical problems, but not be equipped to satisfy all. Modifications will be made if required. Contracting Officer's Representative (COR), may notify the contractor two (2) weeks in advance of the type, size and width of footwear required for that visit. Delivery shall be 14 days ARO, F.O.B. Destination. New (not worn or soiled) footwear may be exchanged due to size differential in thirty (30)days without prior approval. Contractor is responsible for providing trained personnel for indiv idual proper fitting of shoes. This procurement is nonrestrictive for manufacturers, but set aside for small business distributors. The provision at 52.212-1, Instructions to Offerors, Commercial, applies to this acquisition. Award of this solicitation shall be made to the low priced technically acceptable offeror. In order to be considered acceptable, the offeror must meet the requirments set forth above. A n offeror must quote on all items in this solicitation to be eligible for award. The Government will award on an all or none basis. Evaluation of offers will be based upon the total price quoted for all items. 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. All offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications, Commercial Items, wtih its offer. The clause at 52.212-4, Contract Terms and Conditions, Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Requir ed to Implement Statutes or Executive Orders,Commercial Items, applies to this acquisition with the following additional FAR clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); 52 .219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637(d)(2) and (3); 52.219-14, imitation on Subcontracting (15 U.S.C 637(a)(14));52.222-26, Equal Opportunity (E.O.11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C.4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C.793); and 52.222-37, Employment Reports of Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). The following clauses also apply: FAR 52.212-3. CLAUSE 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7002 Qualifying Country Sources as Subcontractors; and 252.225-7001 Buy American Act and Balance of Payments. The following FAR clauses are applica ble to this action: FAR 52.216-18 Ordering; 52.216-19 Order Limitations; 52.216-21 Requirements; and 52.217-9 Option to Extend The Term of the Contract. Defense Priorities and Allocations System (DPAS) and assigned rating DO-C9e applies to any resulting contract. Offers are due at the U.S. Army Contracting Agency, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013 by 12:00 PM on 17 September 2004. Date shall be used as the basis for submitting an offer. All responsible sources may submit a n offer which shall be considered by this agency. Point of contact for additional information is Ms. Jo Ann Hayes, (410) 278-0771 or e-mail joann.hayes@apg.army.mil. See Note 1
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00632150-W 20040730/040728212400 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.