Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 30, 2025 SAM #8525
SOLICITATION NOTICE

84 -- Cold Weather Clothing and Gear

Notice Date
3/28/2025 1:59:18 PM
 
Notice Type
Solicitation
 
NAICS
315210 — Cut and Sew Apparel Contractors
 
Contracting Office
FA4877 355 CONS PK DAVIS MONTHAN AFB AZ 85707-3522 USA
 
ZIP Code
85707-3522
 
Solicitation Number
FA487725QA288
 
Response Due
4/7/2025 2:00:00 PM
 
Archive Date
04/22/2025
 
Point of Contact
Kody McPherson, Phone: 5202281922, Adam Lynn, Phone: 5202284183
 
E-Mail Address
kody.mcpherson.1@us.af.mil, adam.lynn@us.af.mil
(kody.mcpherson.1@us.af.mil, adam.lynn@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 1 Removed duplicate 52.212-2 Provision from Solciitation. Updated language to 52.212-2 on Provisons and Clauses document. All other terms and conditions remain unchanged unless specifically stated otherwise ---------------------------------------- SOLICITATION: RFQ #FA4877-25-Q-A-288 Cold weather Jackets and Gear Requirement i. This is a solicitation for commercial items prepared in accordance with FAR Pt 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and additional written solicitation will not be issued. ii. Solicitation FA4877-25-Q-A-288 is issued as a Request for Quotation (RFQ) and Brand name or Equivalent. iii. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2025-03 effective 17 January 2025, DFARS provisions and clauses in effect 01/17/2025, and DAFFARS provisions and clauses in effect 10/16/2024. iv. This procurement is being issued utilizing a Total Small Business set-aside. The North American Industry Classification System Code is 315210 with a size standard of 750 average annual revenue/ employees. v. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. vi. Davis-Monthan Air Force Base intends to award a firm-fixed price contract for the following: -- CLIN 0001: Seventy (70) EA Patagonia ALPloft Down Parka (black) - (Med-20EA, Large-45EA, XL-5EA) -- CLIN 0002: Seventy (70) EA Patagonia Men's Down Sweater Hoody (black) - (Med-20EA, Large-45EA, XL-5EA) -- CLIN 0003: Seventy (70) EA Arc'teryx SV BIB PRO (Black) - (Large (short)-14) / (Large (reg) � 45) / (Large (tall)- 7) / (XL (tall)- 1) / (XL (reg)- 3) -- CLIN 0004: Seventy (70) EA Arcteryx Leaf Alpha Bid Gen 2 (Multi-Cam) - (Medium (reg)- 25) / (Medium (Short)- 5) / (Large (reg)- 35) / (XL (reg)- 2) / (Large (tall)- 2) / (XL (tall)- 1) vii. The government will issue a purchase order to the offeror whose quote meets lowest price and technical capability. Technical acceptability is defined and referred to within this solicitation document as the offeror�s capability statement to meet defined products within Salient Characteristics document. See FAR Clause 52.212-2 Evaluation �Commercial Products and Commercial Services (Nov 2021) under section xii for further details. viii. Important Dates/Times (All Times are Eastern Standard Time) a. All questions must be submitted by 3 April 2025 05:00 PM EST ix. It is the responsibility of the offeror to review the RFQ posting for any changes or amendments that may occur. It is the responsibility of the offeror to ensure all quotes and/ or questions are submitted no later than the specified due date/time. xii. Point of Contacts: a. Primary: Kody McPherson, kody.mcpherson.1@us.af.mil, 520-228-1922 b. Alternate: SrA Adam Lynn, adam.lynn@us.af.mil, 520-228-4183 xiii. Attachments a. Salient Characteristics b. Provisions and Clauses c. Brand name or Equivalent Justification * ALL ITEMS MUST BE BERRY AMENDMENT COMPLIANT* 5352.201-9101 ACC 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 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 bse directed to the contracting officer. (End of clause) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Jun 2024) (a) Contractors shall not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order. (b)For the purposes of Department of the Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Department of the Air Force definition of a Class I ODS.] (End of clause) xvi. 52.247-34 F.o.b. Destination. (a) The term ""f.o.b. destination,"" as used in this clause, means- (1) Free of expense to the Government, on board the carrier�s conveyance, at a specified delivery point where the consignee�s facility (plant, warehouse, store, lot, or other location to which shipment can be made) is located; and (2) Supplies shall be delivered to the destination consignee�s wharf (if destination is a port city and supplies are for export), warehouse unloading platform, or receiving dock, at the expense of the Contractor. The Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or ""constructive placement"" as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of the Government acting in its contractual capacity. If rail carrier is used, supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier (including ""piggyback"") is used, supplies shall be delivered to truck tailgate at the unloading platform of the consignee, except when the supplies delivered meet the requirements of Item568 of the National Motor Freight Classification for ""heavy or bulky freight."" When supplies meeting the requirements of the referenced Item568 are delivered, unloading (including movement to the tailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the contractor uses rail carrier or freight forwarded for less than carload shipments, the contractor shall ensure that the carrier will furnish tailgate delivery, when required, if transfer to truck is required to complete delivery to consignee. (b) The Contractor shall- (1) (i) Pack and mark the shipment to comply with contract specifications; or (ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements; (2) Prepare and distribute commercial bills of lading; (3) Deliver the shipment in good order and condition to the point of delivery specified in the contract; (4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract; (5) Furnish a delivery schedule and designate the mode of delivering carrier; and (6) Pay and bear all charges to the specified point of delivery. (End of clause)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8f529538988143c79437b11c871ee305/view)
 
Place of Performance
Address: Tucson, AZ 85707, USA
Zip Code: 85707
Country: USA
 
Record
SN07390729-F 20250330/250328230045 (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.