Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 11, 2024 SAM #8080
SOLICITATION NOTICE

42 -- ORARNG Wildland Fire Boots

Notice Date
1/9/2024 11:41:40 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
316210 — Footwear Manufacturing
 
Contracting Office
W7NW USPFO ACTIVITY OR ARNG SALEM OR 97309-5047 USA
 
ZIP Code
97309-5047
 
Solicitation Number
12048483
 
Response Due
1/19/2024 10:00:00 AM
 
Archive Date
02/03/2024
 
Point of Contact
Alexis Potter, Phone: 9713554216, Christine Campbell, Phone: 9713554216
 
E-Mail Address
alexis.d.potter.civ@army.mil, christine.i.campbell.civ@army.mil
(alexis.d.potter.civ@army.mil, christine.i.campbell.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 01 - Answer Questions - Posted 9 Jan 2024 ___________________________________________________________ Notice type: Combo Synopsis Response date: January 19, 2024 PSC Code: 4240 NAICS: 316210 Solicitation #: 12048483 Total Small Business Set-Aside Contracting Office Address: The United States Property and Fiscal Office, ATTN: USPFO-P, 1776 Militia Way/PO Box 14350, Salem, Oregon 97309-5047 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 are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02. The solicitation is 12048483 and is issued as a Request for Quote (RFQ). Request for Quotes are due by January 19, 2024, 1 PM PST. The RFQ will result in a firm fixed price contract. This solicitation is total small business set-aside. The National American Industry Classification System (NAICS) code for this acquisition is 316210. The Small business Size Standard is 1,000 employees. Specifications, Requirements and Address Summary of Requirements: The vendor shall furnish 150 pairs of wildland firefighting boots meeting the specifications below. The common elements for requested fire boots are: �Must be National Fire Protection Associated (NFPA) 1977 certified �Minimum specifications include: oMeasure eight (8) inches from the bottom of the heel to the top of the boot at aminimum oMust be a lace-up boot ?Velcro, zipper, and pull-up boots do not meet the minimum standard oMust be a lug style, melt resistant sole oExterior of the boot must be all leather The contractor shall deliver wildland fire boots on the dates specified below and in accordance with the Technical Exhibit 1 (TE 1) and Technical Exhibit 2 (TE 2) included within this solicitation. Delivery costs shall be included in each delivery CLIN. Location: JFHQ Property Book Office, 15300 SE Minuteman Way, Clackamas, OR 97015-9372 CLIN 0001 Provide delivery of wildland fire boots no later than 01 March 2024 in accordance with Technical Exhibit 1 CLIN 0001 TOTAL (TE1)____________________________________________ CLIN 0002 Provide delivery of wildland fire boots no later than 01 May 2024 in accordance with Technical Exhibit 2 CLIN 0002 TOTAL (TE2)____________________________________________ QUOTE TOTAL (CLIN 0001-0002) $ Please see attached three (3) documents: -Attachment 1: 12048483_Technical Exhibit 1 - Sizing and Quantities for CLIN 0001 -Attachment 2: 12048483_Technical Exhibit 2 - Sizing and Quantities for CLIN 0002 -Attachment 3: 12048483_CLSExport Requirements for your quote: See �submission instructions for Quotes� page 3. Evaluation Criteria: See �Quote evaluation criteria� page 5. Terms and Conditions: See Clauses 52.212-4 and 52.212-5 (DEV) Quoters can submit their quote any time before the due date to the Point of Contact: Alexis Potter Contract Specialist, USPFO for Oregon P&C Email: alexis.d.potter.civ@army.mil Phone: 971-355-4216 Submission Instructions for Quotes (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 1,000 employees. (b) Submission of Quotes. Submit Quotes to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotes must be submitted on letterhead stationery. As a minimum, offers must show� (1) The solicitation number; (2) The time specified in the solicitation for receipt of Quotes; (3) The name, address, email, and telephone number of the Quoter; (4) Include Cage Code and Tax ID number; (5) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents; (6) Terms of any express warranty; (7) Price per Contract Line Item (CLIN) and any discount terms; (8) ""Remit to"" address, if different than mailing address; (9) Acknowledgment of Solicitation Amendments; (10) Quoting Entity must be registered in the System of Award Management (SAM), through SAM.gov in order to receive an award. Entities not registered in SAM with an approved account will have their quote rejected from consideration for award Offerors must be actively registered on the Systems for Award Management database (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Center at 866-606- 8220. Only contractors who are registered in the Systems for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors� quote shall be valid for a minimum of 30 days to be acknowledged in the offerors� quote. Contractors must be actively registered with Wide Area Work Flow (WAWF) at http://wawf.eb.mil; (11) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (12) If the quote is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quoters that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of quotes. The quoter agrees to hold the prices in their quote firm for 30 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotes. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender�s request and expense, unless they are destroyed during pre-award testing. (e) Multiple offers. Quoters are encouraged to submit multiple quotes presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each quote submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of quotes. (1) Quoters are responsible for submitting quotes, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotes or revisions are due. (2) Any quote, modification, revision, or withdrawal of a quote received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is ""late"" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition, and it is deem advantageous to the government to do so. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotes cannot be received at the Government office designated for receipt of quotes by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (g) Contract award. The Government intends to evaluate quotes and award a contract without discussions with quoters. Therefore, the offeror�s initial quote should contain the best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all quotes if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in quotes received. (h) Multiple awards. The Government may accept any item or group of items of a quote, unless the quoter qualifies the quote by specific limitations. Unless otherwise provided in the Schedule, quotes may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quote. Quote Evaluation Criteria The Government will award contracts resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Award will be made based on price and past performance. Price will be evaluated inclusive of all CLINs and must be considered fair and reasonable. Past performance will be evaluated on an acceptable/ non-acceptable basis using information from the Supplier Performance Risk System. A risk score of Red (lowest 5%) or Yellow (Next 10%) will be considered unacceptable. If no information is found, that will be treated as neutral which is considered acceptable.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4cbafc4f77b34209bd7a4fac000dcc3a/view)
 
Place of Performance
Address: Clackamas, OR, USA
Country: USA
 
Record
SN06930955-F 20240111/240109230043 (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.