Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 21, 2020 SAM #6840
SOLICITATION NOTICE

84 -- Boot, Extreme Cold Weather

Notice Date
8/19/2020 12:22:43 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
316210 — Footwear Manufacturing
 
Contracting Office
DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
 
ZIP Code
19111-5096
 
Solicitation Number
SPE1C120Q0216
 
Response Due
9/3/2020 12:00:00 PM
 
Archive Date
09/09/2020
 
Point of Contact
Stephanie Montague-Briggs, Phone: 2157373083
 
E-Mail Address
stephanie.montague@dla.mil
(stephanie.montague@dla.mil)
 
Description
SOLICITATION-SPE1C1-20-Q-0216 Boot, Extreme Cold Weather NSN: 843016307763 This is a combined synopsis/solicitation (RFQ) for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitute the ONLY solicitation/Request for Quotation; quotations are being requested and a written�solicitation will NOT be�issued.� � This is a request for competitive quotations with a priority of D0-C9 DPAS rating. Interested people may identify their request and capability to respond to the requirement and submit quotations. All quotes received by September 3, 2020, 3:00pm information contact Stephanie Montague-Briggs, telephone (215) 737-3083, fax (215) 737-7429. The preferred method of communication is via email at Stephanie.montague@dla.mil; quotes should be emailed to this email address as well. Contract Requirements: � Quantity:� 1,000 pairs Unit of Issue:� Pair Inspection/Acceptance:� Origin PLT:� 120 Days After Date of Order (or earlier) FOB:� Destination Destination: LA3P, LLC PENDERGRASS DISTRIBUTION CENTER�������������������������������� 596 BONNIE VALENTINE WAY PENDERGRASS, GA 30567 SC0150 SEE ATTACHED � 225.870-1 General. (a) The Canadian government guarantees to the U.S. Government all commitments, obligations, and covenants of the Canadian Commercial Corporation under any contract or order issued to the Corporation by any contracting office of the U.S. Government. The Canadian government has waived notice of any change or modification that may be made, from time to time, in these commitments, obligations, or covenants. (b) For production planning purposes, Canada is part of the defense industrial base. (c) The Canadian Commercial Corporation will award and administer contracts with contractors located in Canada, except for� (1) Negotiated acquisitions for experimental, developmental, or research work under projects other than the Defense Development Sharing Program; (2) Acquisitions of unusual or compelling urgency; (3) Acquisitions at or below the simplified acquisition threshold; or (4) Acquisitions made by DoD activities located in Canada. (d) For additional information on production rights, data, and information; services provided by Canadian Commercial Corporation; audit; and inspection. 225.870-4 Contracting procedures. (a) Except for contracts described in (c)(1) through (4), award individual contracts covering purchases from suppliers located in Canada to the Canadian Commercial Corporation, 11th Floor, 50 O'Connor Street, Ottawa, Ontario, Canada, K1A-0S6. (b) Direct communication with the Canadian supplier is authorized and encouraged in connection with all technical aspects of the contract, provided the Corporation's approval is obtained on any matters involving changes to the contract. (c) Requirement for data other than certified cost or pricing data. (1) DoD has waived the requirement for submission of certified cost or pricing data for the Canadian Commercial Corporation and its subcontractors (c)(4)(C)). (2) The Canadian Commercial Corporation is not exempt from the requirement to submit data other than certified cost or pricing data, as defined in FAR 2.101. In accordance with FAR 15.403-3(a)(1)(ii), the contracting officer shall require submission of data other than certified cost or pricing data from the offeror, to the extent necessary to determine a fair and reasonable price. (i) No further approval is required to request data other than certified cost or pricing data from the Canadian Commercial Corporation in the following circumstances: (A) In a solicitation for a sole source acquisition that is� (1) Cost-reimbursement, if the contract value is expected to exceed $700,000; or (2) Fixed-price, if the contract value is expected to exceed $500 million. (B) If the Canadian Commercial Corporation submits the only offer in response to a competitive solicitation that meets the thresholds specified in paragraph (c)(2)(i)(A) of this section. (C) For modifications that exceed $150,000 in contracts that meet the criteria in paragraph (c)(2)(i)(A) or (B) of this section. (D) In competitive solicitations in which data other than certified cost or pricing data are required from all offerors. (ii) In any circumstances other than those specified in paragraph (2)(i) of this section, the contracting officer shall only require data other than certified cost or pricing data from the Canadian Commercial Corporation if the head of the contracting activity, or designee no lower than two levels above the contracting officer, determines that data other than certified cost or pricing data are needed (or in the case of modifications that it is reasonably certain that data other than certified cost or pricing data will be needed) in order to determine that the price is fair and reasonable) (see FAR 15.403-3(a). (3) The contracting officer shall use the provision at Requirement for Data Other Than Certified Cost or Pricing Data�Canadian Commercial Corporation, and the clause at Requirement for Data Other Than Certified Cost or Pricing Data�Modifications�Canadian Commercial Corporation, as prescribed at (3)(i) and (ii), respectively. (4) Except for contracts described in (c)(1) through (4), Canadian suppliers will provide required data other than certified cost or pricing data exclusively through the Canadian Commercial Corporation. (5) As specified in FAR 15.403-3(a)(4), an offeror who does not comply with a requirement to submit data that the contracting officer has deemed necessary to determine price reasonableness or cost realism is ineligible for award, unless the head of the contracting activity determines that it is in the best interest of the Government to make the award to that offeror, based on consideration of the following: (i) The effort made to obtain the data. (ii) The need for the item or service. (iii) Increased cost or significant harm to the Government if award is not made. (d) Identify in the contract, the type of currency, i.e., U.S. or Canadian. Contracts that provide for payment in Canadian currency shall� (1) Quote the contract price in terms of Canadian dollars and identify the amount by the initials �CN�, e.g., $1,647.23CN; and (2) Clearly indicate on the face of the contract the U.S./Canadian conversion rate at the time of award and the U.S. dollar equivalent of the Canadian dollar contract amount. 225.872-1 General. (a) As a result of memoranda of understanding and other international agreements, DoD has determined it inconsistent with the public interest to apply restrictions of the Buy American statute or the Balance of Payments Program to the acquisition of qualifying country end products from the following qualifying countries: Australia Belgium Canada Czech Republic Denmark Egypt Federal Republic of Germany Finland France Greece Israel Italy Luxembourg Netherlands Norway Poland Portugal Spain Sweden Switzerland Turkey United Kingdom of Great Britain and Northern Ireland (b) Individual acquisitions of qualifying country end products from the following qualifying country may, on a purchase-by-purchase basis, be exempted from application of the Buy American statute and the Balance of Payments Program as inconsistent with the public interest: Austria (c) The determination in paragraph (a) of this subsection does not limit the authority of the Secretary concerned to restrict acquisitions to domestic sources or reject an otherwise acceptable offer from a qualifying country source when considered necessary for national defense reasons. 215.403-1 Prohibition on obtaining certified cost or pricing data (10 U.S.C. 2306a and 41 U.S.C. chapter 35). (b) Exceptions to certified cost or pricing data requirements. Follow the procedures at (b). (c) Standards for exceptions from certified cost or pricing data requirements. (1) Adequate price competition. (A) For acquisitions under dual or multiple source programs� (1) The determination of adequate price competition must be made on a case-by-case basis. Even when adequate price competition exists, in certain cases it may be appropriate to obtain additional data to assist in price analysis; and (2) Adequate price competition normally exists when? (i) Prices are solicited across a full range of step quantities, normally including a 0-100 percent split, from at least two offerors that are individually capable of producing the full quantity; and (ii) The reasonableness of all prices awarded is clearly established on the basis of price analysis (see FAR 15.404-1(b)). (B) If only one offer is received in response to a competitive solicitation, see www.acq.osd.mil. (3) Commercial items. (A) Follow the procedures at (c)(3)(A) for pricing commercial items. (B) By November 30th of each year, departments and agencies shall provide a report to the Director, Defense Procurement and Acquisition Policy (DPAP), ATTN: DPAP/CPIC, of all contracting officer determinations that commercial item exceptions apply under FAR 15.403-1(b)(3), during the previous fiscal year, for any contract, subcontract, or modification expected to have a value of $15,000,000 or more. See FAR (c)(3)(B) for the format and guidance for the report. The Director, DPAP, will submit a consolidated report to the congressional defense committees. (4) Waivers. (A) The head of the contracting activity may, without power of delegation, apply the exceptional circumstances authority when a determination is made that� (1) The property or services cannot reasonably be obtained under the contract, subcontract, or modification, without the granting of the waiver; (2) The price can be determined to be fair and reasonable without the submission of certified cost or pricing data; and (3) There are demonstrated benefits to granting the waiver. Follow the procedures at the FAR (c)(4)(A) for determining when an exceptional case waiver is appropriate, for approval of such waivers, for partial waivers, and for waivers applicable to unpriced supplies or services. (B) By November 30th of each year, departments and agencies shall provide a report to the Director, DPAP, ATTN: DPAP/CPIC, of all waivers granted under FAR 15.403-1(b)(4), during the previous fiscal year, for any contract, subcontract, or modification expected to have a value of $15,000,000 or more at the FAR (c)(4)(B) for the format and guidance for the report. The Director, DPAP, will submit a consolidated report to the congressional defense committees. (C) DoD has waived the requirement for submission of certified cost or pricing data for the Canadian Commercial Corporation and its subcontractors (3) (c)). (D) DoD has waived certified cost or pricing data requirements for nonprofit organizations (including educational institutions) on cost-reimbursement-no-fee contracts. The contracting officer shall require? (1) Submission of data other than certified cost or pricing data to the extent necessary to determine price reasonableness and cost realism; and (2) Certified cost or pricing data from subcontractors that are not nonprofit organizations when the subcontractor�s proposal exceeds the certified cost or pricing data threshold at FAR 15.403-4(a)(1). NOTE: The clauses at 52.212-1, 52.212-3, 52.212-4, and 52.212-5, apply to this acquisition, including the following: 52.204-10 REPORTING EXECUTIVE COMP AND FIRST-TIER SUBCONT. AWARDS FAR (Oct 2018) 52.209-06 PROTECTING THE GVT INTEREST WHEN SUB WITH DEBARRED KR FAR (Oct 2015) 252.211-7005 SUB FOR MILITARY OR FED SPEC AND STRDS DFARS (Nov 2005) 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES FAR (Jan 2020) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES FAR (Apr 2015) 52.222-26 EQUAL OPPORTUNITY FAR (Sept 2016) 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES FAR (July 2014) 252.225-7001 BAA AND BALANCE OF PAYMENTS PROGRAM DFARS (Dec 2017) 252.225-7002 QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS DFARS (Dec 2017) 252.232-7010 LEVIES ON CONTRACT PAYMENTS DFARS 252.211-7006 RADIO FREQUENCY IDENTIFICATION DFARS 52.211-9010 SHIPPING LABEL REQUIREMENTS - MIL-STD-129P DLAD 52.211-9010 SHIPPING LABEL REQUIREMENTS - MIL-STD-129, ALT I DLAD 52.211-9033 PACKAGING AND MARKING REQUIREMENTS DLAD 52.211-9053 EXPEDITED HANDLING SHIPMENTS DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) DLAD 52.246-11 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT FAR 252.246-7000 MATERIAL INSP AND RECEIVING REPORT DFARS 52.246-9007 INSPECTION AND ACCEPTANCE AT DESTINATION DLAD 52.211-17 DELIVERY OF EXCESS QUANTITIES FAR 52.242-15 STOP-WORK ORDER FAR 52.242-17 GOVERNMENT DELAY OF WORK FAR 52.246-9039 REMOVAL OF GOVT ID FROM NON-ACCEPTED SUPPLIES DLAD 252.203-7000 REQTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS DFARS 252.203-7002 REQT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS DFARS 52.204-07 System for Award Management. FAR 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT DFARS 252.204-7004 ALTERNATE A (52.204-7 REQUIRED CCR) DFARS 252.204-7008 EXPORT-CONTROLLED ITEMS DFARS 52.211-05 MATERIAL REQUIREMENTS FAR 52.211-9002 PRIORITY RATING DLAD 52.211-9014 CONTRACTOR RETENTION OF TRACEABILITY DOCUMENTATION DLAD 52.213-01 FAST PAYMENT PROCEDURE FAR 52.213-9009 FAST PAYMENT PROCEDURE DLAD 52.215-06 PLACE OF PERFORMANCE 52.215-08 ORDER OF PRECEDENCE -FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS FAR 52.223-18 CONTRACTOR POLICY TO BAN TEXT MESSAGING WHILE DRIVING FAR 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES FAR 52.232-01 PAYMENTS FAR 52.232-08 DISCOUNTS FOR PROMPT PAYMENT FAR 52.232-11 EXTRAS FAR 52.232-25 PROMPT PAYMENT FAR 52.232-33 PMT BY ELEC FUNDS TRANS-CCR FAR 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REP DFARS 52.233-01 DISPUTES FAR 52.233-03 PROTEST AFTER AWARD FAR 52.233-04 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM FAR 52.233-9001 DISPUTES: AGREEMENT TO USE ADR DLAD 52.243-01 CHANGES -- FIXED PRICE FAR 252.243-7001 PRICING OF CONTRACT MODIFICATIONS DFARS 52.244-06 SUBCONTRACTS FOR COMMERCIAL ITEMS FAR 252.246-7003 NOTIFICATION OF POTENTIAL SAFETY ISSUES DFARS 52.249-01 T/C OF GVT FIXED PRICE (SHORT FORM) FAR 52.252-02 CLAUSES INCORPORATED BY REFERENCE FAR 52.252-06 AUTHORIZED DEVIATIONS IN CLAUSES FAR 52.253-01 COMPUTER GENERATED FORMS FAR 52.204-08 ANNUAL REPRESENTATIONS AND CERTS FAR 252.204-7007 ALT A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS DFARS 52.207-04 ECONOMIC PURCHASE QUANTITY SUPPLIES FAR 52.225-18 PLACE OF MANUFACTURE FAR 52.225-20 PROHIBITION ON CONDUCTING RESTRICTED BUSINESS OPERATIONS IN FAR 52.225-25 PROHBTN. ON ENGAGING IN SANCTIONED ACT. RELATING TO IRAN FAR 52.211-14 NOTICE OF PRIORITY RATING FOR NATL DEFENSE, EMERGENCY PREPAR FAR 52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE FAR 52.233-9000 AGENCY PROTESTS DLAD 52.252-01 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE FAR 52.252-05 AUTHORIZED DEVIATIONS IN PROVISIONS FAR 52.211-9011 Delivery Terms And Evaluation. DLAD 52.213-9000 QUANTITY BREAK DLAD 52.247-34 F.O.B. DESTINATION FAR 52.247-48 F.O.B DESTINATION -- EVIDENCE OF SHIPMENT FAR 52.232-29 Terms For Financing of Purchases of Commercial Items (FEB 2002) FAR 52.203-14 Display of Hotline Poster (OCT 2015) FAR 52.203-19 Prohibition or Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) FAR 252.203-7995-Prohibition on Contracting with Entities that require certain internal confidentiality agreements (NOV 2016) 52.204-13 System for Award Management Maintenance (OCT 2016) 52.204-15 Service Contract Reporting Requirements for Indefinite-Delivery Contracts (OCT 2016) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 252.204-7009 Limitations on the use or disclosure of Third-Party Contractor Reported Cyber Incident Information (OCT 2016) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (OCT 2016) DFARS 252.211-7006 Passive Radio Frequency Identification� (June 2016) DFARS 52.216-19 Order Limitation (OCT 1995) 52.222-40 Notification of Employee Rights Under The National Labor Relations Act (DEC 2010) FAR 252.232-7006 Wide Are Workflow Payment Instructions (May 2013) DFARS 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.233-3 Protest After Award (Aug 1996) FAR 252.244-7000 Subcontracts for commercial items and commercial components (DOD Contracts) (Jun 2013) 52.247-15 Contractor Responsibility for loading and unloading (APR 1984) FAR 252.247-7023 Transportation of Supplies by Sea (Apr 2014) DFARS 52.248-01 Value Engineering (OCT 2010) FAR 252.225-7048 Export Controlled Items (June 2013) DFARS 52.246-17 Warranty of Supplies of a Noncomplex Nature (June 2003) FAR 52.249-01 Termination for Convenience of the Government (Fixed-Price) (Short Form) Apr 1984 FAR 52.212-3 Offeror Representations and Certifications- Commercial Items (Nov 2017) FAR 252.203-7005 Representation Relating to Compensation of Former DOD Officials (NOV 2011) DFARS 252.203-7994 Prohibition On Contracting with Entities that require certain internal confidentiality Agreements-Representation (Nov 2016) DFARS 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.204-17 Ownership or Control of Offeror (Jul 2016) FAR 52.204-20 Predecessor of Offeror (Jul 2016) FAR � The Defense appropriations and authorization acts and other statutes (including what is commonly referred to as ""The Berry Amendment"") impose restrictions on the DoD's acquisition of foreign products and services. Generally, Clothing and Textile items (as defined in DFARS clause 252.225-7012) and ""specialty metals"" (as defined in DFARS clause 252.225-7014) must be grown, reprocessed, reused, melted or produced in the United States, its possessions or Puerto Rico, unless one of the DFARS 225.7002-2 exceptions applies. DLA Troop Support has developed a web-based system that allows manufacturers the ability to request specifications, patterns and drawings on our contracting page. To request technical data for DLA TS Clothing and Textiles solicitations, use the following link to the DLA Troop Support C&T Technical Data Repository area at http://www.troopsupport.dla.mil/Portal/sreqfrm.aspx 52.212-2���Evaluation�Commercial Items. Evaluation�Commercial Items (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: �PRICE & meeting the terms of the solicitation (Contracting Officer shall insert the significant evaluation factors, such as (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304); and include them in the relative order of importance of the evaluation factors, such as in descending order of importance.) Technical and past performance, when combined, are ____ (Contracting Officer state, in accordance with FAR 15.304, the relative importance of all other evaluation factors, when combined, when compared to price.) �(c) 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. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award �������������������������������������������������������
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2f9298f6dac94befab73a1564a2590e2/view)
 
Place of Performance
Address: Philadelphia, PA 19111, USA
Zip Code: 19111
Country: USA
 
Record
SN05765976-F 20200821/200819230206 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.