SOLICITATION NOTICE
78 -- DANNER ACADIA UNINSULATED BOOTS
- Notice Date
- 3/5/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 316213
— Men's Footwear (except Athletic) Manufacturing
- Contracting Office
- Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
- ZIP Code
- 20223
- Solicitation Number
- PR170783
- Archive Date
- 3/25/2009
- Point of Contact
- Charles W James,, Phone: 202.406.6940, David J. Dawson,, Phone: (202)406-6940
- E-Mail Address
-
charles.james@usss.dhs.gov, david.dawson@usss.dhs.gov
- 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. Reference number PR170783 is issued as a Request for Quote (RFQ) through Federal Acquisition Circular 05-30. The NAICS code is 316213 - Recreational and Athletic Equipment and the small business size standard is 500. This procurement is a small business set-aside. All responsible sources may submit a proposal which shall be considered. The Government will not be responsible for any costs accrued or incurred in response to this synopsis/solicitation. Overview of Requirement: The United States Secret Service (USSS) has a requirement for Danner Acadia 8 inch mens/womens uninsulated boots. Style 21210 in black. The Government intends to award one Blanket Purchase Agreement (BPA) Contract for the purchase of Police/Military Acadia 8" Mens/Womens Boots as a result of this solicitation. Non Danner Acadia 8 inch substitutions will not be accepted. All proposals must include the unit price and available sizes. The expiration of the base year contract is September 30, 2009. The contract will have two (2) option years (two 12-month option years). The following are the requirements for the Danner Acadia Boots: Style: 21210 Upper:2.0-2.2mm Waterproof Full-grain Leather/1000 Denier Cordura Outsole:Vibram 148 Kletterlift Bootie:GORE-TEX Lining:Cambrelle Nylon Footbed:Airthotic Midsole:4.3mm rubber and 5.5 polyurethane Features:U.S.Marine Corps approved (serial#91-94) Construction:Stitchdown Height:8 Weight:58oz. Sizes:Mens:8-14B; 7-15D; 6-13EE Womens:5-10 Medium; Half sizes to 12 Format for Proposal: 1. Pricing - the offeror shall provide a total price for each item listed. 2. Contractor Information: a) Provide the name, title, telephone number, fax number, and email address of the point of contact. b) Provide the nine-digit DUNS number and the nine-digit TIN number for your company. The DUNS is used to verify that the vendor is in CCR and a small business for the NAICS specified. The Taxpayer Identification Number is necessary for electronic payment. By submitting a proposal, the Offeror acknowledges the Government requirement to be in the Central Contractor Registration (CCR) database prior to award of any contract. Information about CCR may be found at www.ccr.gov. c) If you have not completed the annual representations and certifications electronically at http://orca.bpn.gov, please fill in the representations and certifications prior to submitting your offer. 3. Evaluation Factors The Government will award one Blanket Purchase Agreement (BPA) resulting from this solicitation to the responsible offeror (as defined in FAR Part 9) whose offer conforms to the solicitation, meets the technical requirements, past performance and provides the overall most advantageous (best value) proposal to the Government, price, and other factors considered. The following factors, in descending order of importance, shall be used to evaluate offers: (1) Technical Capabilities (2) Current and Past Performance (3) Price Technical capability (Factor 1) is more important than Factors 2 and 3. Even though Factor 1 is more important than Factor 2, both Factors 1 and 2 are weighted more than Factor 3 (Price). The Government will evaluate offers for award purposes by adding the total price of all line items identified in the schedule. The Government will award a contract/order resulting from the RFP to the responsible Offeror whose proposal, conforming to the RFP, will represent the best value to the Government, price and other factors considered. There is a possibility that the Offeror with the highest technical score may not be selected for award. The Government will determine if any additional technical merit in a given offer warrants any additional cost. Also, the award may not be made to the technically acceptable, lowest cost offer. Cost shall not be so controlling to preclude award to an Offeror whose technical superiority warrants additional cost. The following FAR provisions and clauses apply to this acquisition: FAR 25.001 Buy American Act FAR 52.203-6, Restrictions on Subcontractor Sales to the Government FAR 52.204-7 Central Contract Registration FAR 52.212-1 Instructions to Offerors--Commercial Items FAR 52.212-2 Evaluation--Commercial Items. Award will be based on: 1) Technical capabilities; 2) Past Performance and 3) Price FAR 52.212-3 Offerors Representations and Certifications--Commercial Items FAR 52-212-4 Contract Terms and Conditions--Commercial Items FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.217-8 Option to Extend Services (Nov 1999) FAR 52.217-9 Option to Extend the term of the contract.(Mar 2000) FAR 52.222-3. Convict Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Tranfer-Cental Contrator Registration (CCR) The following DHS Provision are applicable: * 3052.209-70 Prohibition on Contracts with Corporate Expatriates * 3052.204-90 Unauthorized Use of Name **These DHS and FAR Provisions and Clauses may be accessed via: http://www.arnet.gov/far/, www.dhs.gov. Requests for copies of FAR Provisions and/or Clauses will not be accepted. Quotations are due by 12:00pm pm EST on Tuesday March 10, 2009.Quotations must include all materials referenced here, and should be sent via email to charles.james@usss.dhs.gov or via fax to 202-406-6801. For additional information or questions regarding this solicitation, contact Charles James at (202) 406-6791. The entire email must not be greater than 3 MB; if the proposal is above that limit, please send multiple emails. Submitting by postal mail is strongly discouraged as postal mail is scanned prior to acceptance; you will miss the deadline. Please put "PR170783, Danner Acadia Boots" in the subject line. If you do not receive an email confirmation of receipt of your proposal, then your proposal has not been received. Late proposals will not be accepted. The Government will not be responsible for any costs accrued or incurred by the vendor in response to this solicitation.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2ef9be6a9cdfffb9609e9584b1b2ce17&tab=core&_cview=1)
- Place of Performance
- Address: WASHINGTON, District of Columbia, 20223, United States
- Zip Code: 20223
- Zip Code: 20223
- Record
- SN01763107-W 20090307/090305221319-2ef9be6a9cdfffb9609e9584b1b2ce17 (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 |