Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 07, 2013 FBO #4093
SOLICITATION NOTICE

84 -- Janesville V-Force Turnout Gear/Personal Protective Equipment for DLA Distribution Susquehanna Fire Department - ATTACHMENT 1 TO RFQ SP330013Q0046

Notice Date
2/5/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315210 — Cut and Sew Apparel Contractors
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-13-Q-0046
 
Point of Contact
DANIEL L HERRING, Phone: 717-770-6030
 
E-Mail Address
daniel.herring@dla.mil
(daniel.herring@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SPECIFICATION FOR TURNOUT GEAR This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with Part 13 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ) and the solicitation number is SP3300-13-Q-0046. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-65 effective 29 Jan 2013, and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20121231 (Effective 31 Dec 2012) edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5, and PROCLTR 2013-30. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This solicitation is 100% Set Aside for Small Business; the NAICS code for this procurement is 315210. The size standard for this NAICS code is 500 employees. The Security and Emergency Services Susquehanna, Fire Department located at DLA Distribution Susquehanna, New Cumberland, PA has a requirement to procure fourteen (14) sets of Janesville V-Force turnout gear/personal protective equipment. The price for each set of turnout gear/personal protective equipment shall include custom fitting at the Government site, New Cumberland, PA 17070, by the contractors' sales representative with sizing gear. Each set of turnout gear/personal protective equipment shall consist of the following: 1) One (1) Janesville 32" Male V-Force PBI Matrix Bi-Swing Coat, Black - Part Number CVBM-32, per the specification contained in Attachment 1 to the solicitation 2) One (1) pair of Janesville V-Force PBI Matrix Pants without Belt, Black - Part Number PVFM/F, per the specification contained in Attachment 1 to the solicitation 3) One (1) set of Janesville V-Force Suspenders, 42" (Reg.), Red w/Black Padding, Metal loops Front and Back - Part Number SR842M Specifications for the turnout gear/personal protective equipment are contained in Attachment 1 to the solicitation. Offerors are requested to quote a Firm Fixed Price to supply fourteen (14) sets of Janesville V-Force turnout gear/personal protective equipment, each set as described above, and provide individual on-site sizing of the turnout gear for the responder, as follows: CLIN 0001 (Firm Fixed Price CLIN) - Set of Janesville V-Force turnout gear/personal protective equipment. Each set shall consist of one (1) black coat, one (1) pair of black pants, and one (1) set of suspenders per the attached specification. Each set shall be custom fit for the responder and individual on-site sizing must be performed by the contractor. Quantity 14 sets @ tiny_mce_marker______________ per set = tiny_mce_marker______________ NOTE: This solicitation is issued as a Brand Name Requirement for the Janesville V-Force Bi-Swing Coat, Pants, and Suspenders described above and in the attached specification. The justification for this Brand Name Requirement is as follows (reference FAR 11.105(a)(1), FAR 13.106-1(b), and DFARS 211.105): The Janesville V-Force brand of turnout gear/personal protective equipment offers safety features that are only available in this brand: a moisture barrier that has proven, during live fire training, to offer the most protection from steam burns by wicking the most moisture away from the responder; and ventilated reflective trim which adds to the garments' ability to release body heat. The components and design of the Janesville V-Force brand of turnout gear/personal protective equipment have proven to offer superior protection while providing the best mobility and dexterity during rigorous testing. In order to ensure maximum safety, the coat, pants, and suspenders must be of uniform specification (i.e. all the same brand). This personal protective equipment has been standardized for all responders and is the result of safety negotiations and extensive research conducted by the International Association of Firefighters Local F-221 Safety Committee and FSSF management. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1103. Registration may be done online at: www.sam.gov. Contractors are advised that any and all questions concerning this solicitation must be sent in writing to the Contracting Office at DLA Distribution, New Cumberland, PA. Questions may be sent via email to daniel.herring@dla.mil or faxed to 717-770-5689. The following FAR, DFARS and DLAD clauses and provisions apply to this acquisition: FAR 52.212-1 - INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) product samples, (e) multiple offers, (h) multiple awards, and (i) availability of requirements documents cited in the solicitation. FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of provision) DLAD 52.233-9000 AGENCY PROTESTS (a) Companies protesting this procurement may file a protest (1) with the contracting officer, (2) with the Government Accountability Office (GAO), or (3) pursuant to Executive Order Number 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. (b) Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order Number 12979." (Note: Defense Logistics Agency (DLA) procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the contracting officer; this process is not an appellate review of a contracting officer's decision on a protest previously filed with the contracting officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the contracting officer. (End of provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see Federal Acquisition Regulation (FAR) clause 52.233-1), or, for the Agency, by the contracting officer, and approved at a level above the contracting officer after consultation with the ADR Specialist and with legal. Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the contracting officer before determining ADR to be inappropriate. (c) The offeror should check here to opt out of this clause [ ] Alternate wording may be negotiated with the contracting officer. (End of provision) OFFER SUBMISSION INSTRUCTIONS-Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number. (2) Solicitation number. (3) Firm Fixed Price for line item 0001 to a) supply fourteen (14) sets of Janesville V-Force turnout gear/personal protective equipment, each set consisting of one (1) black coat, one (1) pair of black pants, and one (1) set of suspenders, and b) provide individual on-site sizing of the turnout gear for the responder. (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code. (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation). (6) Past performance information from three (3) sources that clearly indicate that offeror has satisfactorily supplied the same or similar Janesville V-Force turnout gear/personal protective equipment (sets of coat, pants, and suspenders) and provided individual on-site sizing of the turnout gear for the responder within the past three (3) years (refer to FAR 13.106-2 Evaluation of Quotations or Offers below). 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. FAR 13.106-2 Evaluation of Quotations or Offers: The Government intends to award one purchase order as a result of this Request for Quote. Award will be based on the total overall lowest price quoted which meets the technical acceptability standards. The following criteria shall be used to establish technical acceptability: Submittal by the offerors of past performance information from three (3) sources that clearly indicate that offeror has satisfactorily supplied the same or similar Janesville V-Force turnout gear/personal protective equipment (sets of coat, pants, and suspenders) and provided individual on-site sizing of the turnout gear for the responder commercially or for the Government within the past three (3) years. This information shall include the following: a. Contract Number b. Point of Contact c. Telephone Number d. Dollar Amount of Contract e. Brief description of product supplied The Government is not limited to the information provided above, but reserves the right to independently seek past performance information through open market contacts, government systems, and other government agencies. Addenda to 52.212-4; the following clauses apply and are incorporated by reference: FAR 52.204-99 -- System for Award Management Registration (DEVIATION) FAR 52.247-34 F.o.b. - Destination DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.232-7010 Levies on Contract Payments DLAD 52.211-9033 Packaging and Marking Requirements DLAD 52.247-9012 Requirements for treatment of wood packaging material (WPM) DLAD 52.247-9034 Point of Contact for Transportation Instructions Addenda to 52.212-4; the following clauses apply and are incorporated in full text: FAR 52.252-2 -- Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause) DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s) - Invoice. (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer - Destination/Destination. (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC SL4701 Issue By DoDAAC SP3300 Admin DoDAAC SP3300 Inspect By DoDAAC Not Applicable Ship To Code SB3300 Ship From Code Not Applicable Mark For Code Not Applicable Service Approver (DoDAAC) Not Applicable Service Acceptor (DoDAAC) Not Applicable Accept at Other DoDAAC Not Applicable LPO DoDAAC Not Applicable DCAA Auditor DoDAAC Not Applicable Other DoDAAC(s) Not Applicable (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system - daniel.herring@dla.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact - Ken Decker, kenneth.decker@dla.mil, 717-770-6197 (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In paragraph (b) the following clauses apply: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-6 Notice of Total Small Business Set Aside FAR 52.219-28 Post Award Small Business Program Rerepresentation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.247-7023 Transportation of Supplies by Sea with Alternate III DFARS 252.247-7024 Notification of Transportation of Supplies by Sea Offerors responding to this announcement shall submit their quotations via FAX to Dan Herring, 717-770-5689 or e-mail to daniel.herring@dla.mil. All quotes must be received by February 21, 2013 AT 4:00 PM Eastern, local New Cumberland, PA time to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-13-Q-0046/listing.html)
 
Record
SN02979889-W 20130207/130205234442-a562653605791dd5ad07b61550829c5b (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.