Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2015 FBO #4810
SOLICITATION NOTICE

84 -- Tactical Boots

Notice Date
1/23/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
316210 — Footwear Manufacturing
 
Contracting Office
139 AW/180 AS/MSC, Rosecrans Memorial Airport, 705 Memorial Drive, St. Joseph, MO 64503-9307
 
ZIP Code
64503-9307
 
Solicitation Number
W912NS-15-Q-3009
 
Response Due
1/27/2015
 
Archive Date
3/24/2015
 
Point of Contact
Adam Danner, 8162363256
 
E-Mail Address
139 AW/180 AS/MSC
(adam.danner@ang.af.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 Subpart 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. This solicitation, W912NS-15-Q-3009, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-78 effective 26 Dec 2014). This procurement is 100% small business set-aside in accordance with FAR 19.502 - 2 (a). The NAICS code is 316210 and the small business size standard is 1000 employees. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. You will not be eligible to receive an award if you are not in the System for Award Management database. (Reference: DFARS 252.204-7004, Alt A System for Award Management).The following commercial items are requested in this solicitation. The items being procured are: 0001-Boots (70 pair) Belleville 639ZCT Hot Weather Side-Zip Composite Toe Boot or equal. Equal to characteristics include: 8 inches tall, Sage color, Non-metallic composite safety toe ASTM F2413-11 rated, Slip resistant outer sole, minimum of 14 lace holes, boot laces included, Made in USA. Quantity-Size: 1-4R, 1-6R, 1-6.5R, 1-6.5W, 1-7.5W, 1-8.5R, 2-9R, 2-9W, 8-9.5R, 5-9.5W, 8-10R, 1-10.5N, 11-10.5R, 7-10.5W, 3-11R, 2-11W, 5-11.5R, 1-11.5W, 1-11.5XW, 4-12R, 2-12.5R, 1-13R, and 1-15R. *Note: Steel toe is acceptable for boot sizes 4-6.5. 0002-Boots (72 pair) Belleville 310 Hot Weather Tactical Boot or equal. Equal to characteristics include: 8 inches tall, Desert Tan Color, Slip-resistant sole, minimum 14 lace holes, boot laces included, Made in USA. Quantity-Size: 1-7.5R, 1-8W, 2-8.5R, 1-8.5W, 6-9R, 1-9W, 10-9.5R, 1-9.5W, 9-10R, 2-10W, 12-10.5R, 1-10.5W, 12-11R, 1-11.5R, 6-12R, 3-13R, 2-14R, and 1-15R Evaluation Factor; Price The offer submittal shall list the item by part number, number of items being offered, the product description as listed above, and list the manufacturer. The offer shall list unit prices, total for each part number, and an overall totaled price. The offer shall include the solicitation number in the subject line of electronic messages. Delivery requirements: FOB Destination quotations are the only quotes that will be accepted. FOB origin offers will NOT be considered. Delivery date shall be 15 calendar days after receipt of award. Any other delivery terms will NOT be considered. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items and the following addenda. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, and the contractor must remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS at FAR 52.212-3, and follow the instruction as provided in the clause. THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS. Offers will be evaluated on price. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be compliant, and therefore will not be considered. Once an offer has been determined to be in compliance with all directions in this solicitation, the Government will award to the offeror with the lowest evaluated price. Additionally the following clauses and provisions apply to this acquisition: 52.204-7 System for Award Management 52. 209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-3 Offeror Representations and Certification - Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, and includes the following clauses as cited: (b) 4, 10, 14, 22, 25, 26, 27, 30, 31, 39, 40, 41, 43, 49 52.219.6 Notice of Total Small Business Set Aside 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.225-1 Buy American - Supplies 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act 52.225-13 Restrictions on Certain Foreign Purchases 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-- Certification 52.232-1 Payments 52.232-8 Discounts for Prompt Payment 52.232-23 Assignment of Claims 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.246-2 Inspection Of Supplies-Fixed Price 52.246-16 Responsibility For Supplies 52.247-34 F.O.B. Destination 52.252-2 Clauses Incorporated by Reference Applicable DFARS clauses included: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management (52.204-7) Alternate A 252.211-7003 Item Identification and Valuation 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items provisions 252.225-7000 Buy American - Balance of Payments Program Certificate 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252-247-7023 Alt III Transportation of Supplies by Sea 252.243-7001 Pricing of Contract Modifications The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 3:00 PM (CST), 27 January 2015, MSG/MSC, Rosecrans MAP, 705 Memorial Dr, St. Joseph, MO 64503-9307. Quotes can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) to the attention of SSgt Adam Danner at (816) 236-3313. Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to SSgt Adam Danner, Contracting Specialist, at (816) 236-3256, adam.danner@ang.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA23-1/W912NS-15-Q-3009/listing.html)
 
Place of Performance
Address: 139 AW/180 AS/MSC Rosecrans Memorial Airport, 705 Memorial Drive St. Joseph MO
Zip Code: 64503-9307
 
Record
SN03623938-W 20150125/150123235218-c93b6cafd07cfc73187d4405c25241b3 (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.