Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2008 FBO #2266
SOLICITATION NOTICE

84 -- Protective Cothing

Notice Date
2/7/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
PO Box 5400 Albuquerque, NM
 
ZIP Code
20585
 
Solicitation Number
DE-RP52-08NA28538
 
Response Due
2/21/2008
 
Archive Date
8/21/2008
 
Point of Contact
Eusebio M Espinosa, Contracting Officer, 505-845-5809, eespinosa@doeal.gov;James P Cochran, Contract Specialist, 505-845-6069, jcochran@doeal.gov
 
E-Mail Address
James P Cochran, Contract Specialist
(jcochran@doeal.gov)
 
Small Business Set-Aside
N/A
 
Description
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 and a proposal are being requested and a written solicitation will not be issued. This is not a set aside. The NAICS Code for this synopsis/solicitation is 448110. Solicitation/Purchase Request number 52-2008-NA-28538.000 is issued as a Request for Quote/Proposal (RFQ/RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23 effective 25 January 2008. The Government intends to award an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a base period of two years and three 1-year option periods consisting of Four (4) contract line item numbers (CLINs) and Eight (8) sub-CLINS for: CLIN 0001- Agent Support Requirements. The contractor shall provide protective clothing in accordance with the attached Performance Work Statement (PWS). CLIN 0001AA Eyewear. Unit of Issue: EA. Quantity: Minimum=0, Maximum=500. Characteristics: Safety/shooting glasses must meet or exceed ANSI Z87.1-2003 standards, fog-free, scratch and impact-resistant wrap-around lenses and provide UVA/UVB/UVC protection. The frame material should be tough, lightweight, and comfortable even during extended periods of use. CLIN 0001AB- Shirt. Unit of Issue: EA Quantity: Minimum=0, Maximum=2000. Characteristics: Long sleeve and reinforced, double layer elbows. Chest and utility pockets, incorporates ventilation and/or moisture wicking materials. The shirt shall be made with a durable and wrinkle-free material to maintain a professional look. Available colors shall be khaki, coyote, sage and/or other neutral earth-tone color. CLIN 0001AC- Tactical Pant. Unit of Issue: EA. Quantity: Minimum=0, Maximum=2000. Characteristics: Tactical pant shall be a loose fitting, tactical type with cargo pockets, at least double thickness on the knees and accommodate standard kneepads comfortably, made of a durable, wrinkle-free material. Available colors shall be khaki, coyote, sage and / or other neutral earth-tone color. CLIN 0001AD- Waterproof Jacket & Pant or equal. Unit of Issue: EA. Quantity: Minimum=0, Maximum=500. Characteristics: Jacket and pants will be of contemporary state of the art design and materials that offer the best combination of lightweight, compactability, compressibility, water repellency, breathability and wind protection. Jackets will have rip-stop, 3 layer Gore-tex or equal. Pants will have at least 2 layer, rip-stop Gore-tex or equal. Jacket and pants will be khaki, coyote, sage and/or other neutral earth-tone color. Available colors shall be khaki, coyote, sage and / or other neutral earth-tone color. CLIN 0001AE- Insulated Coat (Jacket) & Pant . Unit of Issue: EA. Quantity: Minimum=0, Maximum=500. Characteristics: Coat shall include a hood and shall be rated for extreme cold (to at least &&&20 degrees when used in conjunction with inner and mid-layer clothing), modern design offering the best combination of thermal insulation, lightweight, low bulk and should be water repellant, wind resistant and breathable. Pants shall have the above qualities and have sealed side zippers or other feature designed to allow them to be quickly and easily donned without removing the boots. Pants should include suspenders and adjustable closure at the ankles. Available colors shall be khaki, coyote, sage and / or other neutral earth-tone color. CLIN 0001AF- Headgear, Cold Weather. Unit of Issue: EA. Quantity: Minimum=0, Maximum=500. Characteristics: Headgear constructed of &&&Polartec Wind-Pro&&& material or equal. Available colors shall be khaki, coyote, sage and / or other neutral earth-tone color. CLIN 0001AG- Cold Weather Gloves. Unit of Issue: PR. Quantity: Minimum=0, Maximum=500. Characteristics: Constructed of Polartec fleece with a Goretex outer shell or equal. CLIN 0001AH- Boots. Unit of Issue: PR. Quantity: Minimum=0, Maximum=500. Characteristics: (1) Material and construction of the sole provides traction on smooth aluminum floors, ice, hard-pack clay, mud, loose rock, wet vegetation, and wet/oily pavement to prevent injuries from slips and falls. (2) Sole: oil resistant (does not decompose when exposed to oil). (3) The material and construction of the toe will provide protection from falling chains, chain tensioners, ammo cans, spare tires, tipped jacks, rocks and cactus to protect against crushing and puncture injuries. (4) Material and construction of the entire boot of a design proven to provide quality, durability, comfort, support and protect the foot from abrasions and punctures. (5) Lightweight: lightweight to promote tactical movement; weight should be comparable to modern law enforcement tactical footwear / hiking boots. (6) Water resistant material/construction. (7) Ventilation: Sufficient overall breathability to prevent excessive foot sweating as well as removable moisture-wicking insoles. Anti-microbial properties are desirable. (8) Ankle Support: Provide excellent ankle support while walking, jumping, or running over rough, uneven terrain, while still remaining flexible enough to squat, lay prone, climb rock, etc. The color of the shoes shall be either brown or black. CLIN 0002- Instructor Support Requirements. The contractor shall provide protective clothing in accordance with the attached Performance Work Statement (PWS). CLIN 0002AA Eyewear. Unit of Issue: EA. Quantity: Minimum=0, Maximum=500. Characteristics: Same as CLIN 0001AA CLIN 0002AB Shirt. Unit of Issue: EA Quantity: Minimum=0, Maximum=2000. Characteristics: Same as CLIN 0001AB CLIN 0002AC Tactical Pant. Unit of Issue: EA. Quantity: Minimum=0, Maximum=2000. Characteristics: Same as CLIN 0001AC CLIN 0002AD Waterproof Jacket & Pant. Unit of Issue: EA. Quantity: Minimum=0, Maximum=500. Characteristics: Same as CLIN 0001AD CLIN 0002AE Insulated Coat (Jacket) & Pant. Unit of Issue: EA. Quantity: Minimum=0, Maximum=500. Characteristics: Same as CLIN 0001AE CLIN 0002AF Headgear, Cold Weather. Unit of Issue: EA. Quantity: Minimum=0, Maximum=500. Characteristics: Same as CLIN 0001AF. CLIN 0002AG Cold Weather Gloves. Unit of Issue: PR. Quantity: Minimum=0, Maximum=500. Characteristics: Same as CLIN 0001AG CLIN 0002AH Boots. Unit of Issue: PR. Quantity: Minimum=0, Maximum=500. Characteristics: Same as CLIN 0001AA CLIN 0003 Inspector Support Requirements The contractor shall provide protective clothing in accordance with the attached Performance Work Statement (PWS). CLIN 0003AA Eyewear. Unit of Issue: EA. Quantity: Minimum=0, Maximum=500. Characteristics: Same as CLIN 0001AA. CLIN 0003AB Shirt. Unit of Issue: EA Quantity: Minimum=0, Maximum=2000. Characteristics: Same as CLIN 0001AA CLIN 0003AC Tactical Pant. Unit of Issue: EA. Quantity: Minimum=0, Maximum=2000. Characteristics: Same as CLIN 0001AA CLIN 0003AD Waterproof Jacket & Pant. Unit of Issue: EA. Quantity: Minimum=0, Maximum=500. Characteristics: Same as CLIN 0001AA CLIN 0004AE Insulated Coat (Jacket) & Pant. Unit of Issue: EA. Quantity: Minimum=0, Maximum=500. Characteristics: Same as CLIN 0001AA CLIN 0003AF Headgear, Cold Weather. Unit of Issue: EA. Quantity: Minimum=0, Maximum=500. Characteristics Same as CLIN 0001AA CLIN 0003AG Cold Weather Gloves. Unit of Issue: PR. Quantity: Minimum=0, Maximum=500. Characteristics: Same as CLIN 0001AA CLIN 0003AH Boots. Unit of Issue: PR. Quantity: Minimum=0, Maximum=500. Characteristics: Same as CLIN 0001AA Option CLIN 0004 Safety Support Requirements. The contractor shall provide protective clothing in accordance with the attached Performance Work Statement (PWS). CLIN 0004AA Eyewear. Unit of Issue: EA. Quantity: Minimum=0, Maximum=500. Characteristics: Same as CLIN 0001AA CLIN 0004AB Shirt. Unit of Issue: EA Quantity: Minimum=0, Maximum=2000. Characteristics: Same as CLIN 0001AA CLIN 0004AC Tactical Pant. Unit of Issue: EA. Quantity: Minimum=0, Maximum=2000. Characteristics: Same as CLIN 0001AA CLIN 0004AD Waterproof Jacket & Pant. Unit of Issue: EA. Quantity: Minimum=0, Maximum=500. Characteristics: Same as CLIN 0001AA CLIN 0004AE Insulated Coat (Jacket) & Pant. Unit of Issue: EA. Quantity: Minimum=0, Maximum=500. Characteristics: Same as CLIN 0001AA CLIN 0004AF Headgear, Cold Weather. Unit of Issue: EA. Quantity: Minimum=0, Maximum=500. Characteristics: Same as CLIN 0001AA CLIN 0004AG Cold Weather Gloves. Unit of Issue: PR. Quantity: Minimum=0, Maximum=500. Characteristics: Same as CLIN 0001AA CLIN 0004AH Boots. Unit of Issue: PR. Quantity: Minimum=0, Maximum=500. Characteristics: Same as CLIN 0001AA In accordance with FAR Clause 52-212-1, the following is required to be submitted with the quoted prices of the CLINs above: 1. The contractor shall demonstrate in sufficient detail an asset tracking and accounting system that conforms to the attached performance work statement use in providing oversight of expenditures against agent authorized allowances for the purchase of protective clothing and equipment. 2. The contractor shall describe in sufficient detail the ordering process in their proposal for incorporation into the contract. 3. The contractor shall specify to the government the proposed item or items by brand name per each sub-CLIN for incorporation into the contract. The vendor is allow to proposed up to three items that meets the characteristics contained in each sub-CLIN for consideration as an additional sub-CLIN for inclusion into the contract. 4. The contractor shall provide the multiple range of sizes that are available to meet the requirements of each CLIN in accordance with the PWS. 5. The page limit for each proposal is limited to 3 pages single sided, produced in not less than 11 pitch times new roman. 6. The pricing volume shall be separate from the proposal. Offerors shall provide pricing to reflect the base period and all option periods. Offerors are reminded that there is one attachment to this solicitation in the form of a Performance Work Statement. Any technical literature must be submitted for products offered for the Government to perform a technical evaluation. No further request will be made to obtain required literature. Failure to submit technical literature (if required) may result in your offer being eliminated from award consideration. In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of price and other factors. Offeror will be evaluated in accordance with FAR 13.106-2. Award will be made relative to best overall value. Best value may include, but is not limited to: past performance, technical capability, quality, probable life, warranty, maintainability, and price. Offers must meet all minimum specifications, but offers which exceed minimums may be rated more favorably. The Government will not, however, pay an unreasonable amount for additional technical capability and will compare any additional capability to any additional price. Since the Government is interested in obtaining the best overall value, award may not go to the lowest overall price if any factors considered justify a higher price. Notwithstanding that technical capability is more important than price, should all offers appear equal, price will become the determining factor in the award decision. Solicitation responses must contain offeror&&&s prompt payment discount terms (if any), proposed delivery date, and warranty terms. The following provisions and clauses apply to this procurement: FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. A completed copy of this clause must accompany your solicitation response unless a current copy resides online at https://orca.bpn.gov/. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items [in paragraphs (b) and (c) the following clauses apply: 52.219-8; 52.222-3; 52.222-19; 52.222-21; 52.222-22: 52.222-25; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-39; 52.225-13; 52.232-33; 52.247-64; and addendum 52.225-5; 52.225-6: and 52.247-34. FAR 52.252-1, Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil/]; FAR 52.252-2, Clauses Incorporated by Reference http://farsite.hill.af.mil/]; LOCAL I001 Important Invoicing Information (JUL 2007) - Invoicing Instructions - 1. The following instructions are provided for submission of vouchers requesting reimbursement. The submission of vouchers electronically will reduce correspondence and other causes for delay to a minimum and will facilitate prompt payment to the Contractor. a. Vendors shall submit vouchers electronically through the Oak Ridge Financial Service Center's (ORFSC) Vendor Inquiry Payment Electronic Reporting System (VIPERS). VIPERS allows vendors to check the payment status of any voucher submitted to the DOE. To obtain access to and use VIPERS, please visit the web page at <http://finweb.oro.doe.gov/vipers.htm>. Detailed instructions on how to enroll and use the system are provided on the web page. b. Each invoice shall include the following: I. Name and address of the Contractor; II. Invoice date and number; III. Contract number, contract line item number and, if applicable, the order number; IV. Description, quantity, unit of measure, unit price and extended price of the items delivered; V. Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; VI. Terms of any discount from prompt payment offered; VII. Name and address of official to whom payment is to be sent; VIII. Name, title, and phone number of person to notify in event of defective invoice; IX. Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. X. Electronic funds transfer (EFT) banking information. c. The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. d. If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, or 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration), or applicable agency procedures. e. EFT banking information is not required if the Government waived the requirement to pay by EFT. 2. Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR Part 1315. LOCAL L009 Offer Submission Via The Industry Interactive Procurement System (IIPS) (FEB 2005) - Submission of bids/quotes by means other than IIPS is not authorized. Offers must be received through the IIPS web site NO LATER THAN 3:00 pm MST on 21 February 2008. See FAR 52.214-7 "Late Submissions, Modifications, and Withdrawals of Bids," for treatment of late bids/quotes. Each offer is to be submitted according to the instructions in the IIPS User's Guide, which is available at http://e-center.doe.gov/doebiz.nsf/Help?OpenForm. It is the responsibility of the Offeror, prior to the offer due date and time, to verify successful transmission in accordance with the Proposal Response (Submission) instructions in the IIPS User's Guide. Funds are currently available for this contract. Quotes must be valid for 30 calendar days after solicitation closing. Questions, technical literature, warranty information, and other documents which can not be submitted via IIPS may be addressed to Jim Cochran, Contract Specialist, via email at jcochran@doeal.gov or by phone at (505) 845-6069. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-FEB-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Click here for further details regarding this notice.
(http://www.fbo.gov/spg/DOE/PAM/HQ/DE-RP52-08NA28538/listing.html)
 
Record
SN01503753-F 20080209/080207234952 (fbodaily.com)
 
Source
FedBizOpps 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.