SOLICITATION NOTICE
84 -- EOD Personal Protective Equipment - J&A
- Notice Date
- 8/22/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 315220
— Men's and Boys' Cut and Sew Apparel Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 325 CONS, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB,, Florida, 32403-5526, United States
- ZIP Code
- 32403-5526
- Solicitation Number
- F4ATD14217AG01
- Archive Date
- 9/20/2014
- Point of Contact
- Carl A. Richardson, Phone: (850) 283-9147
- E-Mail Address
-
carl.richardson.4@us.af.mil
(carl.richardson.4@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Brand Name Justification This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested, and a written solicitation will not be issued. FAR Part 13 procedures are being utilized. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76. The solicitation reference number is F4ATD14217AG01 and this solicitation is being issued as a Request For Quote (RFQ). This acquisition will be a 100% small business set-aside under North American Industry Classification System (NAICS) code 315220. The small business size standard is 500 employees. A firm-fixed price purchase order will be awarded in accordance with FAR Part 13. This RFQ consists of the following Contract Line Item Numbers (CLIN): CLIN Part Part Number Quantity (Each) 0001 Viper Helmet; mid cut; 0nvg; color: tan size large 1 inch 4-0516-9113 7 0002 2010 Ach-arc kit tan 25-99-301 7 0003 Cam-fit retention w/boa closure technologies; coyote 21 B31 7 0004 Zephyr gtx mid tf; beige; size 10 3105370411-10 7 0005 Fugitive gtx sage/black size 10.5 OM3410-416-10.5 7 0006 M-frame array case with clip 11-114 7 0007 Ballistic m-frame 2.0 strike black frame/grey lens 11-140 7 0008 Ballistic m-frame 2.0 replacement lens - clear 11-112 7 0009 Ballistic m-frame 2.0 replacement lens - grey 11-113 7 0010 h150 riggers belt black size large (model no: 7188-blk-l) 107355 7 0011 3 -day Assault bvs-coyote futura yoke- coyote- lg 3 DAY ASSAULT BVS-COY-NO-LG- N 5 0012 Nice crewcab bvs coyote lg waist md yoke A1368-Y-COY- LG- MD-N 7 0013 Nice bvs-coy nice wolf alpha-coy cont wb mil-coy-lg fut yk-coy-lg nice pup-coy NICE WOLFPACK-YB-C OY-LG-LG-N 5 All quotes must reflect FOB Destination.*** EVALUATION FACTORS: In accordance with FAR 52.212-2 Evaluation-Commercial Items and FAR 52.211-6 Brand Name or Equal, the Government intends to 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 factor(s) considered. The following factors shall be used to evaluate offers: •1. Technical Capability - Evaluated on a pass/fail basis •2. Price Delivery shall be made within 30 Days after Award of Contract. Evaluation will be based on the lowest price technically acceptable (LPTA) which will be determined to represent the Best Value. In order to be considered for award, vendor must adhere to all quotation requirements detailed herein. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: FAR 52.204-7 - System for Award Management FAR 52.211-6 - Brand Name or Equal FAR 52.212-1 - Instructions to Offerors - Commercial Items FAR 52.212-2 - Evaluation - Commercial Items FAR 52.212-3 Alt 1 - Offeror Representations and Certifications - Commercial Items FAR 52.212-4 - Contract Terms and Conditions-Commercial Items FAR 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.219-1 Alt 1 - Small Business Program Representations FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-28 - Post-Award Small Business Program Representation FAR 52.222-3 - Convict Labor FAR 52.222-19 - Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 - Prohibition of Segregated Facilities FAR 52.222-22 - Previous Contracts and Compliance Reports FAR 52.222-25 - Affirmative Action Compliance FAR 52.222-26 - Equal Opportunity FAR 52.222-36 - Affirmative Action for Workers with Disabilities FAR 52.222-50 - Combat Trafficking Persons FAR 52.223-18 - Contractor Policy to Ban Text Messaging While Driving FAR 52.232-33 - Payment by Electronic Funds Transfer-System for Award Management FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.247-34 - F.O.B. Destination FAR 52.252-1 - Solicitation Provisions Incorporated by Reference FAR 52.252-2 - Clauses Incorporated by Reference ( http://farsite.hill.af.mi l ) FAR 52.252-5 - Authorized Deviations in Provisions ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") FAR 52.252-6 - Authorized Deviations in Clauses ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2" ) DFAR 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials DFAR 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFAR 252.211-7003 - Item Identification and Valuation DFAR 252.225-7001 - Buy American Act and Balance of Payment Program DFAR 252.225-7002 - Qualifying Country Sources as Subcontractors DFAR 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFAR 252.232-7006 - Wide Area Workflow Payment Instructions DFAR 252.232-7010 - Levies on Contract Payments DFAR 252.247-7023 Alt III - Transportation of Supplies by Sea AFFAR 5352.201-9101 - Ombudsman NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) AS A SMALL BUSINESS UNDER NAICS CODE 315220 BEFORE BEING CONSIDERED FOR AWARD. Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to https://www.sam.gov/portal/public/SAM/ for information regarding the Online Representation and Certification Application process. Information concerning SAM requirements may be viewed via the internet at http://www.sam.gov or by SAM Service Desk http://www.FSD.gov, or 1-866-606-8220. Interested parties must include, with their quote, their CAGE code, and tax identification number (TIN), and delivery date. Quotes are due Friday September 5 th 2014 at 9.00 a.m. eastern time. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL with inspection and acceptance at destination. Please send quotes and forward any questions to: Primary: Carl Richardson Contracting Specialist 325th Contracting Squadron Tyndall AFB, FL 32403 Email carl.richardson.4@us.af.mil Phone (850) 283-9147 Fax (850) 283 8491 Alternate: Donald Sumner Contracting Officer 325th Contracting Squadron Tyndall AFB, FL 32403 donald.sumner@us.af.mil (850) 283-8644
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cfeb938e4a9b828030def60b94c15ca2)
- Place of Performance
- Address: Tyndall AFB, Panama City, Florida, 32403, United States
- Zip Code: 32403
- Zip Code: 32403
- Record
- SN03476371-W 20140824/140822234626-cfeb938e4a9b828030def60b94c15ca2 (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 |