Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2004 FBO #0969
SOLICITATION NOTICE

83 -- MENS FOOTWEAR MANUFACTURING

Notice Date
7/20/2004
 
Notice Type
Solicitation Notice
 
NAICS
316213 — Men's Footwear (except Athletic) Manufacturing
 
Contracting Office
ACA, Capital District Contracting Center, Directorate of Contracting, 9410 Jackson Loop, Suite 101, Fort Belvoir, VA 22060-5116
 
ZIP Code
22060-5116
 
Solicitation Number
W91QV1-04-T-0138
 
Response Due
8/12/2004
 
Archive Date
10/11/2004
 
Point of Contact
Sandra Tillman, (703) 806-3869
 
E-Mail Address
Email your questions to ACA, Capital District Contracting Center
(Sandra_E_Tillman@belvoir.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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 constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.The Combined Synopsis/Solicitation is W91QV104T0138. This is a firm fixed price requirement for an estimated total of 1,644 pairs of shoes, for the base year period of performance October 1 , 2004 to September 30, 2005; option year one period of performance October 1, 2005 to September 30, 2006, estimated total of 1,644 pairs; option year two period of performance October 1, 2006 to September 30, 2007 at an estimated total of 1,644 pairs; opt ion year three period of performance October 1, 2007 to September 30, 2008 at an estimated total of 1,644 pairs; and option year four period of performance is October 1, 2008 to September 30, 2009 at an estimated total of 1,644 pairs of shoes. Shoe speci fications are as follows: military type, men, black, high gloss finish (poromeric) leather sole and heel, box toe, welt construction. Construction details: upper material: black shiny poromeric of a minimum thickness of 1.5 millimeters. Quarter lining: l eather, Vamp Lining: leather, Upper stitching, nylon, quarter top binding: ???? inch black vinyl, quarter top cord: braided 3/32 inch black nylon, eyelets: 5 eyelet style, metal eyelets not to be visible on the outside of the shoe, number 115 blind nickel, eye reinforcement, ???? inch natural tape, insole: 3 ???? inch ioron texon with attached pli fib, insole insert: 100 percent polyester covered polyurethane foam, orthotically designed removable cushion insert with built in arch support and exidyne elastom er shock absorbing heel cushion, midsole: 4 iron black rubber, outsole: 2 pair of 11 iron butyl treated leather outsoles laminated together with adhesive that is heat activated and pressure applied, heel: 5 ???? x 6 ???? x 4 ???? robus heel, inside mailed with leather top lift, outside edge finish: 1 coat of black edge ink and 1 coat BF672 ink, sole stitch: 7 cord black braided cotton; shank: 1 inch x 5 inch fiberglass, size 8; bottom filler: 1/8 inch closed cell rebound foam rubber, counter: thermo saturat ed non woven synthetic fabric, box toe: polystyrene, welt: 14/32 x 1/9 black vinyl storm welt encircling entire shoe, both sole and heel; sole extension: 3-3-3; lace: 30 inch nylon; upper finish: cleaned, conditioned, dressed and sprayed. Shoe sizes range from 5A to 16EE. NAICS: 316213; SIC CODE: 3143. The delivery address is Fort Myer Military Community, Director of Contracting, 204 Lee Avenue, Fort Myer VA 22211-1199. Delivery terms are FOB Destination, Fort Myers VA. The following clauses and provi sions are applicable. Clauses Incorporated By Reference 52.212-1, Instructions to Offerors, 52.212-4 Contract Terms and Conditions. Clauses Incorporated By Full Text, 52.212-2 Evaluation-Commercial Items. The award will be based on, low price in accordan ce with the specifications and 52.214-20 Bid Samples. A completed copy of provision of 52.212-3 Offeror Representation and Certifications Commercial Items must be provided with bid, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. Clauses applicable, 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.219-14 Limitation on Subcontracting, 52.222-19 Child Labor, Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segre gated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, 52.225-1 Buy American Act-Suppl ies, 52.232-33 Payment by Electronic Funds Transfer Central Contractors Registration, 52.216-18 Ordering, such orders may be issued from 01 October 2004 through 30 September 2009. 52.216-19 Order Limitations - Minimum order one pair, maximum order 1,644 pairs, in excess of 1,664 pairs, within 30 days, returned to the ordering office within 5 days after issuance. 52.216-21 Requirements the Contractor shall not be required to make any deliveries under this contract after September 30, 2009. 52.214-20 Bid Samples. 52.217-4 Evaluation of Options Exercised at Time of Contract Awrd, 52.217-5 Evaluation of Options, 52.217-6, 30 days; Option for Increased Quantity, 52.2 17-9 Option to Extend the Term of the Contract. Within 30 days, extend at least 60 days, shall not exceed September 30, 2009. 52.232-18-Availability of Funds. 52.232-19-Availability of Funds for the Next Fiscal Year. Funds are not presently available for performance under this contract beyond September 30, 2009. Payment may arise for performance under this contract beyond September 30, 2009. The following DFARS clauses and provisions are applicable. 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.209-7002 Disclosure of Ownership or Control by a Foreign Government. 262.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country, A completed copy of 252.212-7000 Offe ror Representation and Certification Commercial Items must be provided with proposal. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. Clauses applicable, 5 2.203-3 Gratuities, 252.232-7003 Electronic Submission of Payment Requests. Additional clauses that apply to this acquisition: 52.247-34, FOB Destination, 252.204-7004 Required Central Contractor Registration. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering on line at www.ccr.gov. The full text of the FAR and DFAR references may be accessed electronically a t http://farsite.hil.ar.mil. Responses to this RFQ with bid samples must be signed, dated, sealed and received via mail no later than July 29, 2004 before 2 pm, at the Capital District Contracting Center, 9410 Jackson Loop, Suite 101, Fort Belvoir VA 2206 0. For questions contact Denese Henson, Purchasing Agent, or 703-806-4476. Or email: Denese_Y_Henson@belvoir.army.mil. No fax entries will be accepted.
 
Place of Performance
Address: ACA, Capital District Contracting Center Directorate of Contracting, 9410 Jackson Loop, Suite 101 Fort Belvoir VA
Zip Code: 22060-5116
Country: US
 
Record
SN00626914-W 20040722/040720212228 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.