Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 10, 2022 SAM #7376
SOLICITATION NOTICE

84 -- Gale Force Jackets or Equal

Notice Date
2/8/2022 8:35:47 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315220 — Men's and Boys' Cut and Sew Apparel Manufacturing
 
Contracting Office
FA4613 90 CONS PK FE WARREN AFB WY 82005-2860 USA
 
ZIP Code
82005-2860
 
Solicitation Number
FA461322Q1006
 
Response Due
2/22/2022 9:00:00 AM
 
Archive Date
03/09/2022
 
Point of Contact
Anthony Serrano, Phone: 3077735751, Austin Breault, Phone: 3077734752
 
E-Mail Address
anthony.serrano.2@us.af.mil, austin.breault@us.af.mil
(anthony.serrano.2@us.af.mil, austin.breault@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation Solicitation Number: FA461322Q1006 Purchase Description: Gale Force Jackets Brand Name or Equal� This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to Contract Opportunities found on the SAM.gov website as a 100% Small Business Set Aside. The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461322Q1006, as a Request for Quote using FAR Part 12, Acquisition of Commercial Items, and FAR part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 315220, with a small business size standard of 750 employees. The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2022-03 (effective 30-Dec-21), Defense Federal Acquisition Regulation Supplement DFARS Change Number 12/30/2021 (effective 01-Jan-22) and Air Force Federal Acquisition Regulation Supplement AFAC 2021-0726 (effective 27-Oct-21) DESCRIPTION OF ITEMS/SERVICES: All CLIN's F.O.B. Destination. Gale Force Jackets � Brand Name or Equal (Jackets MUST have All the listed Salient Characteristics) o�� �High, Fleece-Lined Collar o�� �Zippered Chest Pocket o�� �Zippered Sleeve Cargo Pocket o�� �Zippered Hand-Warmer Pockets o�� �Adjustable Draw-Cord at Hem o�� �Two Flapped Double Pen Pockets o�� �Internal Wrist Cuffs o�� �Velcro Loop For: Name, Rank, Flag, and Unit Tape o�� �Machine Washable o�� �Fabric that Contains a: Windproof, Waterproof, and Breathable Membrane o�� �Multi Cam Pattern Exterior o�� �Abrasion Resistance: ASTM D4966 o�� �16� Pit-Zips with Double Zipper Pull o�� �Full Length Front Water Resistant Zipper with Storm Flap o�� �Sized to Accommodate Base Layers and Uniform Tops Underneath o�� �Can be worn in Conjunction with a USAF Issue Plate Carrier with Minimal Bunching o�� �Stitching under MIL SPEC 6193 ASTM Lockstitch type 301 o�� �Non-Fire Retardant (FR) o�� �Near-Infrared (NIR) compliant CLIN 0001: Gale Force Jacket � Brand Name or Equal; SMALL Specifications: Reference Attachment 1 � Salient Characteristics. Quantity: 66 Units of Issue: Each (price is to include shipping cost) Quoted Unit Price: $__________ � �Quoted Total Price: $____________ CLIN 0002: Gale Force Jacket � Brand Name or Equal; MEDIUM Specifications: Reference Attachment 1 � Salient Characteristics. Quantity: 178 Units of Issue: Each (price is to include shipping cost) Quoted Unit Price: $__________ � �Quoted Total Price: $____________ CLIN 0003: Gale Force Jacket � Brand Name or Equal; LARGE Specifications: Reference Attachment 1 � Salient Characteristics. Quantity: 156 Units of Issue: Each (price is to include shipping cost) Quoted Unit Price: $__________ � �Quoted Total Price: $____________ CLIN 0004: Gale Force Jacket � Brand Name or Equal; X-LARGE Specifications: Reference Attachment 1 � Salient Characteristics. Quantity: 60 Units of Issue: Each (price is to include shipping cost) Quoted Unit Price: $__________ � �Quoted Total Price: $____________ � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Overall Total Price: $ __________________ DELIVERY DATE(S): Estimated Delivery of 90 Days After Date of Order/Contract (if will take longer ensure to state timeframe) PLACE OF DELIVERY: �F.E. Warren AFB, Wyoming. FOB Destination. ALL RFQ Questions must be emailed to anthony.serrano.2@us.af.mil and austin.breault@us.af.mil and received no later than 10:00 AM MST on 14 February 2022. Quotes MUST be received no later than 22 February 2022; 10:00 AM MST by e-mail to anthony.serrano.2@us.af.mil and austin.breault@us.af.mil. Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at the time an offer is submitted. Failure to do so will result in the offer being deemed ineligible for award. APPLICABLE FAR CLAUSES: All applicable Provision/Clauses can be found in Attachment 2 � Provisions and Clauses. �The following are instructions and evaluation factors pulled from the Provision/Clauses document specific to this combined synopsis/solicitation for easier viewing for the vendor. 52.211-6 Brand Name or Equal. (Aug 1999) (a) If an item in this solicitation is identified as ""brand name or equal,"" the purchase description reflects the characteristics and level of quality that will satisfy the Government�s needs. The salient physical, functional, or performance characteristics that ""equal"" products must meet are specified in the solicitation. (b) To be considered for award, offers of ""equal"" products, including ""equal"" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate ""equal"" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ""equal"" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (NOV 2021) (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 that submits an offer , other than on a construction or service acquisition , but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees if the acquisition � (1)Is set aside for small business and has a value above the simplified acquisition threshold ; (2)Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or (3)Is an 8(a), HUBZone , service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation . Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation . As a minimum, offers must show� (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror ; (4) 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, if necessary; (5) Terms of any express warranty ; (6) Price and any discount terms; (7) ""Remit to"" address, if different than mailing address; (8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS -- Commercial Items� (m) (1) Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be� solved by giving precedence to the Addendum to FAR 52.212-1. (2) After receipt of quotes the Government may, with or without notice, negotiate with and, if desired,� seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.� (3) The term �offeror� or �offer� as used in FAR 52.212-1 shall be understood to mean �quoter� and� �quote,� respectively. Further, the term �award� shall be understood to describe the Government�s� issuance of an order.� (4) The Government will consider all quotes that are timely received and may consider late quotes.� Failure of a quote to address any items required in the submission package may make a quote� Unacceptable. (5) Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:� (n) In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall� provide the following, as part of the quote submission package, no later than the required time and date� for quote submission. (1) Price quote which identifies the requested item(s), unit price inclusive of shipping (if any), and� extended price.� (2) Total Firm Fixed price� (3) Any Discount Terms� (4) Estimated time of delivery� (5) Technical Submission Requirements (i.) For Parts/Supply buy, the quote shall contain a description including part number and title for� each item listed in the solicitation to allow the Government to verify that the quoted parts match the� requirements listed in the requirements schedule. (End of provision) FAR 52.212-2 Evaluation � Commercial Products and Commercial Services (Nov 2021)� (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:� (i) Technical capability of the item offered: meets the required specifications identified within each CLIN. (ii) Price: Award will be made to the lowest price technically acceptable quote. No additional� information from the offeror will be required if the price is based on adequate price competition. In the� event adequate price competition does not exist, the contracting officer will obtain information from the offeror (if required) to determine the reasonableness of the offered prices. (b) 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 an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) AFFARS 5352.201-9101 AFGSC Ombudsman (OCT 2019) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, for AFGSC (Air Force Global Strike Command) acquisitions please contact the Director of Contracts, Air Force Installation Contracting Center, Operating Location � Global Strike (AFICC/KG OL-GSC) via the following e-mail workflow address: ig.afica_kg.workflow@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer. (End of clause) ATTACHMENTS Attachment 1 � Salient Characteristics Attachment 2 � Provisions and Clauses �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/76c88bd5b50e477b90106a0202482267/view)
 
Place of Performance
Address: FE Warren AFB, WY 82005, USA
Zip Code: 82005
Country: USA
 
Record
SN06236845-F 20220210/220209211721 (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.