SOLICITATION NOTICE
84 -- Tactical Vests - Package #1
- Notice Date
- 9/23/2019
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 315990
— Apparel Accessories and Other Apparel Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO MN 133 MSC, 610 MILITIA DR, SAINT PAUL, Minnesota, 55111-4112, United States
- ZIP Code
- 55111-4112
- Solicitation Number
- W912LM19Q5028
- Archive Date
- 10/11/2019
- Point of Contact
- Jason M. Mosher, Phone: 6127132612, Mikkael R. Hahn, Phone: 6127132613
- E-Mail Address
-
jason.m.mosher4.mil@mail.mil, mikkael.r.hahn.mil@mail.mil
(jason.m.mosher4.mil@mail.mil, mikkael.r.hahn.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work Solicitation 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 is being issued as a request for quotation (RFQ) and constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-06. This combined synopsis/solicitation is a set-aside 100% for small business. North American Industrial Classification Standard 315990 applies to this solicitation; business size standard is 500 employees. The Contracting Officer reserves the right to award under a different NAICS if the company would qualify as a small business under the solicited NAICS. *Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available. NOTE: Effective 29 April 2018, it is now mandatory that all CURRENT registrants in SAM who have a requirement to update data on its SAM record or make changes to its registration provide a written (hard copy), notarized letter confirming the entity's Administrator that is authorized to register the entity in the SAM database. The notarized letter is implemented to mitigate the concern of fraud and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. The notarized letters must be postal service mailed (not emailed or faxed) to the "Federal Service Desk" and must contain the information outlined in the SAM posted FAQ at: (https://www.gsa.gov/about-us/organization/federal-acquisition-service/office-of-systems-management/integratedaward-environment-iae/sam-update). Our office can provide a template to you for ease of submitting this information to the Federal Service Desk. It will take a minimum of 5-7 business days for your letter to be processed once received by the Federal Service Desk. It is HIGHLY ENCOURAGED that if your SAM registration needs to be created or updated prior to 30 September 2019, that you submit any changes as soon as possible so that you may be considered eligible for award. The Minnesota Air National Guard has plans to issue a firm-fixed price order for the following: CLIN0001 - Quantity 75 Improved Outer Tactical Vest (IOTV) - EPIC TXP3A Armor Male Coyote Brand Name or Equal (sizes will be determined upon contract award) CLIN0002 - Quantity 30 Improved Outer Tactical Vest (IOTV) - EPIC TXP3A Armor Female Coyote Brand Name or Equal (sizes will be determined upon contract award) CLIN0003 - Quantity one (1) Shipping Delivery FOB: 631 Minuteman Drive, Saint Paul, MN 55111 ****Quotation instructions**** Evaluation: The Government plans to award a contract resulting from this solicitation to the offer conforming to the solicitation which will be most advantageous to the Government. Quotes will be evaluated on best value using price, delivery, technical acceptability and past performance (see 52.212-2 provision). All solicitation specifications are not absolute and the 133AW will consider innovative solutions to this requirement. Quotes may be comparatively evaluated in compliance with FAR 13.106-2 (b) (3). Quote Instructions: Multiple solutions to the requirement should be offered as alternative quotes and will be evaluated as separate offers. Multiple solutions are encouraged. Innovative solutions are encouraged and will be evaluated in accordance with the intent of this requirement. Standing quotes may be considered as responsive if in the best interest of the government. Vendor must provide a list of all items to be provided, the quantity and country of origin. Failure to provide country of origin may disqualify a quote if the contracting officer is unable to determine the country of origin. If an individual item of supply is valued over $5,000, contractor must comply with 252.211-7003 Item Unique Identification and Valuation. VIN, MEID, ESN, GIAI, and GRAI are considered equivalent of a UID. Response is encouraged to include past performance information: other military, commercial, and civilian companies with whom you have done business. Include country of manufacture for all items. Include feasible delivery/installation dates as well. GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. If not already registered in SAM, go to WWW.SAM.GOV to register prior to submitting quote. All questions and quotes must be directed to the 133AW Contracting Officer/Contract Specialist via email at jason.m.mosher4.mil@mail.mil. Questions asked within 5 days of solicitation close will be answered at the discretion of the Contracting Officer. Emailed quotes are preferred. Late quotes may be rejected at the Contracting Officer's discretion. Electronic Documents: All electronic documents must NOT be "secured", "locked", or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB. ****Clauses and Provisions**** FAR 52.204-7 SYTEM FOR AWARD MANAGEMENT (OCT 2016) FAR 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2017) FAR 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) FAR 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2016) FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) FAR 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) FAR 52.204-22 ALTERNATE LINE ITEM PROPOSAL (JAN 2017) FAR 52.204-23 PROHIBITION ON CONTRACTING FOR HARDWARE, SOFTWARE, AND SERVICES DEVELOPED OR PROVIDED BY KASPERSKY LAB AND OTHER COVERED ENTITIES (JUL 2018) FAR 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2019) FAR 52.204-25 PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2019) FAR 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) FAR 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (NOV 2015) FAR 52.211-6 BRAND NAME OR EQUAL (AUG 1999) FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JAN 2017) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS -- ALTERNATE I (OCT 2014) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (JAN 2017) FAR 52.212-5 (Deviation) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2017) FAR 52.219-3 NOTICE OF SET-ASIDE OF ORDERS (NOV 2011) FAR 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014 FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) FAR 52.219-13 NOTICE OF SET-ASIDE OF ORDERS (NOV 2011) FAR 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) FAR 52.222-3 CONVICT LABOR (JUNE 2003) FAR 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2016) FAR 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) FAR 52.222-26 EQUAL OPPORTUNITY (SEP 2016) FAR 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (FEB 2016) FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS (MAR 2015) FAR 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) FAR 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) FAR 52.225-18 PLACE OF MANUFACTURE (MAR 2015) FAR 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN--REPRESENTATION AND CERTIFICATIONS (OCT 2015) FAR 52.232-18 AVAILABILITY OF FUNDS (APR 1984) FAR 52.232-29 TERMS FOR FINANCING OF PURCHASES OF COMMERCIAL ITEMS (FEB 2002) FAR 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-- SYSTEM FOR AWARD MANAGEMENT (OCT 2018) FAR 52.232-39 UNENFOREABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) FAR 52.233-1 DISPUTS (MAY 2014) FAR 52.233-3 PROTEST AFTER AWARD (AUG 1996) 52DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) DFARS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) DFARS 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) DFARS 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) DFARS 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) DFARS 252.204-7011 ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011) DFARS 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) DFARS 252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT (MAY 2016) DFARS 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016) DFARS 252.213-7000 NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM--STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (JUN 2015) DFARS 252.223-7008 PRHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) DFARS 252.225-7000 BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE BASIC (NOV 2014) (NOV 2014) DFARS 252.225-7001 BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM-BASIC (DEC 2017) DFARS 252.225-7031 SECONDARY ARAB BOYCOTT OF ISREAL (JUN 2005) DFARS 252.225-7035 BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014) DFARS 252.225-7036 BUY AMERICAN-FREE TRADE AGREEMENT-BALANCE OF PAYMENTS PROGRAM BASIC (DEC 2016) (DEC 2016) DFARS 252.225-7048 EXPORT-CONTROLLED ITEMS (JUN 2013) DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018) DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) DFARS 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) DFARS 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA--BASIC (APR 2014) DFARS 252.247-7024 NOTIFICATION OF TRANSPORTATION OF SUPPLIES BY SEA (MAR 2000) 52.212-2 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: Best value using price, delivery, quality of vest and past performance (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (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 (End of provision) 52.203-18 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS--REPRESENTATION (JAN 2017) (a) Definition. As used in this provision-- Internal confidentiality agreement or statement, subcontract, and subcontractor, are defined in the clause at 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. (b) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions), Government agencies are not permitted to use funds appropriated (or otherwise made available) for contracts with an entity that requires employees or subcontractors of such entity seeking to report waste, fraud, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (c) The prohibition in paragraph (b) of this provision does not contravene requirements applicable to Standard Form 312, (Classified Information Nondisclosure Agreement), Form 4414 (Sensitive Compartmented Information Nondisclosure Agreement), or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d) Representation. By submission of its offer, the Offeror represents that it will not require its employees or subcontractors to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting waste, fraud, or abuse related to the performance of a Government contract to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information (e.g., agency Office of the Inspector General). (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://acquisition.gov/ (End of clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (December 2018) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Invoice and Receiving Report (COMBO) (2) Acceptance location. The Contractor shall select the following acceptance location(s) in WAWF, as specified by the contracting officer: (3) If submitting the last invoice for the contract. The Contractor shall check the box marking the invoice FINAL. Thus initiating close out procedures and eliminating additional steps for the Contractor. Acceptance - BLOCK #15 (4) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC BLOCK #18a Issue By DoDAAC BLOCK #9 Admin DoDAAC BLOCK #9 Ship To Code BLOCK #15 Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) BLOCK #15 Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A -------------------------------------------------------------------------------------------- (5) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (6) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Contracting Office at 612-713-2612 or 612-713-2613 Finance Office (Payment) 612-713-2559 or 612-713-2557 Jhesye.b.bundy.mil@mail.mil ; mikkael.r.hahn.mil@mail.mil AND jason.m.mosher4.mil@mail.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Help desk at 1-866-618-5988 (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (h) Selecting Contract type (End of clause) POC INFORMATION Contact Information: Contracting POC: TSgt Jason Mosher (612)713-2612 Email: jason.m.mosher4.mil@mail.mil Delivery and End User POC: TSgt Dustin Bohn (612)713-2010 Email: dustin.j.bohn.mil@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8f6f920f8fc0559b5f03c4407a3dfe64)
- Place of Performance
- Address: 631 Minuteman Drive, Saint Paul, Minnesota, 55111, United States
- Zip Code: 55111
- Zip Code: 55111
- Record
- SN05454997-W 20190925/190923230945-8f6f920f8fc0559b5f03c4407a3dfe64 (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 |