Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 24, 2023 SAM #7787
SOLICITATION NOTICE

84 -- Fire Fighter Safety Apparel

Notice Date
3/22/2023 10:44:57 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315990 — Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
W7NZ USPFO ACTIVITY SC ARNG COLUMBIA SC 29201-4763 USA
 
ZIP Code
29201-4763
 
Solicitation Number
W912QG23Q0020
 
Response Due
4/5/2023 11:00:00 AM
 
Archive Date
04/20/2023
 
Point of Contact
Kevin Esber, Phone: 8032991450
 
E-Mail Address
kevin.j.esber.mil@army.mil
(kevin.j.esber.mil@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial supplies 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; quotes are being requested and a written solicitation will not be issued. The solicitation number assigned to this action is W912QG-23-Q-0020. This acquisition is utilizing procedures in FAR Part 12 & 13 and is issued as a Request for Quote (RFQ) from the United States Property and Fiscal Office for South Carolina, 9 National Guard Road, Columbia, S.C. 29201. Total Small Business Set Aside The applicable North American Industry Classification System (NAICS) code is 315990 �Professional Development Training, with a size standard of 600 employees.� The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2023-02 dated March 16, 2023.�� The South Carolina Army National Guard's (SCARNG) has a requirement for brand name fire fighter safety apparel, to be delivered to 264th-268th Engineer Detachments, 5401 Leesburg Road, Building 3968, Eastover, 29044. All items are required to be delivered on or before 60 days after receipt of order.� The Government intends to award a single Firm-Fixed Price contract without discussions. Pricing must be a fixed price for the entirety of work quoted. Award will be made only to responsible contractors whose quote meets the requirements contained in the solicitation�s terms and conditions. Evaluations will be in accordance with FAR Subpart 13.106-2. Award will be made to the best value considering quality of product, past performance, and price, and whose quote conforms to all the solicitation requirements and attachments.� The attached Provisions and Clauses are applicable to this solicitation. Additional clauses may apply. SUBMISSION GUIDELINES: (1) Offerors shall read this solicitation, and all Provisions and Clauses thoroughly prior to submitting a quote and before requesting additional information. The following provisions must be properly marked and returned with the offerors quote: a. 52.204-24 b. 52.204-26 c. 52.212-3 d. 252.204-7016 �e. 252.204-7017 (2) Offerors are highly encouraged to check System for Award Management (SAM) (https://sam.gov/content/home) daily for any amendments that may be made to the original solicitation posting. (3) IAW FAR 4.1102(a), all offerors shall be registered in SAM at time an offer or quotation is submitted, or quote cannot be considered by the Government. (4) The solicitation closing date is 5 April 2023 at 2:00 p.m. (EST). (5) DO NOT upload quotes to SAM send them directly to the Point of Contact (POC) Kevin Esber at kevin.j.esber.mil@army.mil (6) Offerors shall submit any requests for additional information by email to kevin.j.esber.mil@army.mil, no later than (NLT) 29 March 2023, 3:00 p.m. (EST), (questions or inquiries received by telephone will not be addressed). Information requested after this date will not be considered. All questions will be reposted to SAM for all to see that are of importance to all potential offerors. Any RFI�s received after this date & time are late and will not be considered. (7) Quotes shall be submitted under company letterhead, with CAGE code, Unique Entity ID, FTID, Company Name, Address, POC and the solicitation number. (8) Offerors shall submit FFP price and discount terms (quote FOB Destination) for CLINs listed below. (9) Offerors shall review 252.213-7000 regarding Past Performance. There is no additional requirement to submit a history of past performance on similar projects. Past Performance will be evaluated utilizing a combination of information obtained from the Past Performance Information Retrieval System (PPIRS), and the Federal Awardee Performance and Integrity Information System (10) Prior to award, the offeror shall have an active registration in SAM with no exclusions. (11) Offerors shall have electronic funds transfer (EFT) capability. Offerors shall be actively registered with Procurement Integrated Enterprise Environment (PIEE) (https://piee.eb.mil/) to submit invoices into Wide Area Workflow (WAWF) for payment by the Government. �All quotes are to be submitted in the following structure: CLIN 0001:� QTY of 8, Unit of Issue is Each � Globe Jacket, includes: -Globe Gxtreme 3.0 Jacket -Pioneer Black outer shell -Titanium SL2i Thermal Liner -Stedair 4000 Moisture Barrier -NYC Style Scotchlite L/Y Triple Trim -Zipper / Velcro jacket closure -2x8x8 full expansion pockets with Nomex Fleece -Hand Warmers -Survivor Flashlight Holder, Right Chest -2x3.5x8 radio pocket with dual antenna notch, left chest -Self-material mic strap above radio pocket -Grey Nomex Wristers with Thumb Loop -American Flag, Left Sleeve -�US� on row �A� in 3� L/Y Scotchlite, back of jacket -�ARMY� row �B� in 3� L/Y Scotchlite, back of jacket - 5x20 Hanging name panel with FF�s name in 3� L/Y letters CLIN 0002: QTY of 8, Unit of Issue is Each � Globe Pants, includes: -Globe Pant System -Pioneer Black outer shell -Titanium SL2i Thermal Liner -Stedair 4000 Moisture Barrier -Scotchlite L/Y Triple Trim around cuffs -Snap/Velcro Fly -Wide Belt Loops with 2� Black Nomex Belt -2x10x10 full expansion pockets with Kevlar -Black Arashield Reinforced Cuffs -Black Arashield Reinforced Knees -Deluxe Silizone Padded Knees -Black Padded Rip-Cord style suspenders CLIN 0003: QTY of 8, Unit of Issue is Each � Globe - Men�s SHADOW� XF 14� Leather Pull-OnBoot, Item#: 1501420 -10R CLIN 0004: QTY of 8, Unit of Issue is Each � MSA - Cairns 1044 Traditional Composite Fire Helmet, Item# C-TRD71M2 A1221A000 includes: -MSA - Cairns� 1044 Traditional Composite Fire Helmet -MODEL TYPE7 1044 -SHELL COLOR1 BLACK -EYE PROTECTIONM NFPA BOURKE EYE-SHIELD -HEADBAND ASSEMBLY2 STANDARD FLANNEL -EARLAPS AND HOODA BLACK NOMEX -FRONT HOLDER1 6� BRASS EAGLE -CHINSTRAP W/IMPACT CAP AND SUS2 2 -PT-NOMEX WITH QRB & SLIDE -TRIM TYPE2 REFLEXITE -TRIM COLOR AND SHAPE1 LIME-YELLOW CLIN 0005: QTY of 8, Unit of Issue is Each � Veridian, Item#: FIRE ARMOR-GA-70W, includes: Veridian - Structural Firefighting Glove: Gauntlet Cuff, 3 Dimensional Glove, One-piece back shell-ultra flexible 100% FR Para Aramid knit fleece, 100% waterproof, viral/chemical penetration resistance & blood borne pathogen protection, Pyrotect breathable moisture barrier & 60+ TPP Rating, Keystone Thumb, Curved Finger Design. CLIN 0006: QTY of 8, Unit of Issue is Each � Globe Guard Hood, Item G200001D: Particulate Blocking hood with Nomex NANO Flex CLIN 0007: QTY of 1, Unit of Issue is Each- Shipping Costs to 264th-268th Engineer Detachments, 5401 Leesburg Road, Building 3968, Eastover, 29044. You must quote all CLINs to be considered for this award. Include solicitation #W912QG-23-Q-0020 in the subject line of all emails. No verbal quotes or questions will be accepted. This contract will be awarded with no discussions.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6392f203ffc8489aa5b21954ba6bf511/view)
 
Record
SN06627319-F 20230324/230322230120 (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.