Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 11, 2025 SAM #8537
SOLICITATION NOTICE

84 -- 355 LRS - Deployment Gear

Notice Date
4/9/2025 4:07:15 PM
 
Notice Type
Solicitation
 
NAICS
315990 — Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
FA4877 355 CONS PK DAVIS MONTHAN AFB AZ 85707-3522 USA
 
ZIP Code
85707-3522
 
Solicitation Number
FA487725QA330
 
Response Due
4/14/2025 2:00:00 PM
 
Archive Date
04/29/2025
 
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: April 9th, 2025 Updated Excel sheet for Deployment gear requested. Some specs and additonal information was added. Removed previous spec sheet. SOLICITATION: RFQ #FA4877-25-Q-A-330 Deployment 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-283 is issued as a Request for Quotation (RFQ) and is treated as Brand Name or Equivalent to the items listed at Attachment 1. 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 315990 with a size standard of 600 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: *PLEASE SEE (Deployment Gear Products Requested Excel Sheet) FOR PRODUCT BREAKDOWN* vii. The government will issue a purchase order to the quoter whose quote providing the best value to the government when considering price, technical capability, and delivery timeline. Technical acceptability is defined and referred to within this solicitation document as the quoter�s capability statement to meet defined products within the document at Attachment 1. 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 11 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. Deployment Gear Products Requested Excel Sheet b. Provisions and Clauses 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) 52.212-2 Evaluation-Commercial Products and Commercial Services. 2021-11 a. The Government will award a contract resulting from this solicitation to the responsible quoter whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The evaluation shall include a best value assessment between the quotes that conform to formatting requirements identified herein as well as FAR 52.212-1. During evaluation, all factors will be considered to make a best value determination which is most advantageous to the Government. b. Best value factors that may be considered include but are not limited to: 1. Technical: Quoters must provide the necessary and requested information found within this solicitation in order to fully demonstrate their technical capability in fulfilling this requirement of providing Deployment Gear that is Brand Name or Equal to the items identified in the document at Attachment 1. 2. Delivery Time: Quoter demonstrates the ability to provide the complete requirement by the earliest date possible. 3. Completeness - The quoter's price proposal will be evaluated for completeness by confirming the offeror has provided unit and total price for all CLINs. 4. Price / Reasonableness - The quoter�s price will be evaluated for reasonableness through one or more of the methods specified in FAR 13.106-2 & 13.106-3 c. Options. Not applicable to this requirement. d. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful quoter 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) 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/3d0b626c113247b3ae8c10a24c08c6ad/view)
 
Place of Performance
Address: Tucson, AZ 85707, USA
Zip Code: 85707
Country: USA
 
Record
SN07403254-F 20250411/250409230100 (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.