Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 18, 2021 SAM #7322
SOURCES SOUGHT

84 -- General Purpose Fire Boots

Notice Date
12/16/2021 3:48:12 AM
 
Notice Type
Sources Sought
 
NAICS
316210 — Footwear Manufacturing
 
Contracting Office
FA8051 772 ESS PKD TYNDALL AFB FL 32403-5322 USA
 
ZIP Code
32403-5322
 
Solicitation Number
FA8051-22-Q-0003
 
Response Due
1/18/2022 10:00:00 AM
 
Point of Contact
Whitney Gaither, Randall Jones
 
E-Mail Address
Whitney.Gaither@us.af.mil, randall.jones.16@us.af.mil
(Whitney.Gaither@us.af.mil, randall.jones.16@us.af.mil)
 
Description
1. THIS NOTICE IS ISSUED AS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION PURPOSES ONLY.� This notice DOES NOT constitute a Request for Proposal or complete package outlining the technical competencies/qualifications of the prospective contractor, nor does it represent any commitment by the Government.� Since this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation.� A solicitation does not presently exist. � 2. The United States Air Force (USAF) has a requirement in support of Directorate of Headquarters Air Force Civil Engineer Center (HQ AFCEC) for the purchase of Fire and Emergency Services (F&ES) Personal Protective Equipment (PPE) General Purpose Boots. This requirement also has the potential to extend to other agencies within the Department of Defense.� The intent is to eventually award an Indefinite Delivery Indefinite Quantity contract with an estimated first order until approximately 1 October 2022.� The anticipated North American Industry Classification System (NAICS) Code 316210 � Footwear Manufacturing. The small business size standard for this NAICS is 1000 employees. Delivery orders will fluctuate dependent on the USAF�s needs, but the current estimate is based on a quantity of 4850 pair over the anticipated 5-year ordering period. The Government is performing market research primarily to assess the number of firms with the capability to execute the requirements in the attached Statement of Work (SOW).� All business concerns are invited to provide a capability statement in response to this notice.� It is required for all contractors to be registered to do business with the Government in SAM before any award will be made. Contractors are encouraged to obtain further information on SAM registration at the following website: https://www.sam.gov/. In order for the USAF to better understand the capabilities of the industry, please address the following questions: Can the interested party ensure all products and components used in the construction of firefighter GP Boots have been tested, certified, and listed for compliance with the regulations outlined in our Statement of Work (Attachment 1)? Can the interested party ensure the GP Fire Boots meet the following performance characteristics? Weight. The weight of an individual men�s size 10 boot shall not exceed 3.85 lbs. When paired or weighed together shall not exceed 7.7 lbs. General design. The boot material shall be of leather, pull-up style with flame-resistant and waterproof with safety toe box, shank, and insole barrier. Rubber boots will not be acceptable. Per-and Polyfluoroalkyl Substances (PFAS). All materials used in manufacturing boot will be free of any PFOA, PFOA precursors, PFOS, GenX and related higher homologue chemicals. Can the interested party ensure all products, fabrics, and materials provided are Berry Amendment Compliant? Can the interested party deliver within 90 business days after delivery order (DADO) for CONUS installations and 100 business DADO OCONUS shipments? Does the interested party have formal agreements with manufacturers to ensure a regular supply of materials for manufacturing? Does the interested party have an automated or electronic platform for ordering and the ability to accept credit card orders? Does the interested party have quality control procedures in place to minimize manufacturing defects? Will the interested party be acting as the manufacturer or a distributor for these items? If acting as the manufacturer, what percentage of the work is being completed by your organization? If acting as the distributor, what is the small business size status of the manufacturer? 3. Interested parties who can provide a product that complies with the required specifications should submit in writing an affirmative response, which includes as a minimum the following information: a. What is the name of your business and Cage Code? b. Business address? c. Point of contact to include telephone number and email address. d. Web Page URL. e. Is the product a commercial item? f. Other recommendations for a NAICS. g. Specify your business type (SBA certified Small Business, Small Disadvantaged Business, 8(a) Certified Small Business, HUBZone Small Business, Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business, Veteran-Owned Small Business) based upon NAICS 316210.� Specify all that apply.� h. Would your firm propose on this project as a prime contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a joint venture?� If you have proposed a joint venture, identify to the extent possible, your team members. Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements and 8(a) Program regulations described in 13 CFR 124.513 i. Whether or not there are subcontracting opportunities available. j. Identify any contracts completed in the past five (5) years for the same or similar items to help determine your firm�s capability in meeting the requirement for the items listed.� Include any government contracts (Federal, State, or local) that you have been awarded for this type of requirement. Also, include the contract number and a government point of contact.� Please also provide subcontracting percentages and dollars for the projects identified. k. Is this product available on a GSA Schedule?� If so, please provide the GSA Schedule number and special item number.� If GSA is in the process of awarding a schedule for this service please provide the GSA point of contact name and phone number. l. Are you able to provide a cataloged price list of your products? m. Are there any specific requirements within the SOW that would preclude your company from providing a product (or products) that would satisfy our requirement? n. What is the level or extent of coverage in your company�s standard commercial warranty for the F&ES PPE GP Fire Boots specified in the SOW? o. Do you have any other comments or suggestions that you would like to share with us? 4. All responsible sources are encouraged to submit a capability statement response to this announcement. All such responses will be considered by the agency. Responses shall be submitted electronically to the Contract Specialist, Ms. Whitney Gaither, and the Contracting Officer, Mr. Randall Jones at the following email addresses: whitney.gaither@us.af.mil and randall.jones.16@us.af.mil. 5. All responses shall be received no later than 18 January 2021, 1200 CST. Responses shall be no more than 10 pages (single spaced, front and back, Times New Roman, no smaller than font size 12 or equivalent). If submissions exceed the page count noted, the Government will only review the first 10 pages and disregard the remainder of the submission. Extraneous materials (brochures, manuals, etc.) will not be considered. Questions concerning this announcement shall be submitting in writing via email to the Contract Specialist and Contracting Officer.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/29fcee5aeb0a4e67b3ee5ed1ef88b97c/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06199797-F 20211218/211216230121 (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.