Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2004 FBO #1035
MODIFICATION

84 -- Intermediate Cold Wet Weather Gloves

Notice Date
9/24/2004
 
Notice Type
Modification
 
NAICS
316993 — Personal Leather Good (except Women's Handbag and Purse) Manufacturing
 
Contracting Office
Department of the Army, Project and Contracting Office, Project and Contracting Office, Iraq, Republican Presidential Compound APO, Baghdad, Iraq, AE, 09335
 
ZIP Code
09335
 
Solicitation Number
W91QEK-04-Q-5414
 
Response Due
9/27/2004
 
Archive Date
10/12/2004
 
Point of Contact
Kevin Finch, Contracting Officer, Phone 914-360-3656, Fax 914-360-3656,
 
E-Mail Address
captainkevinfinch@yahoo.com
 
Description
This is a combined Synopsis/Solicitation for commercial items, prepared in accordance with the format in FAR subpart 12.6, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are requested; however a written solicitation will not be issued. Solicitation W91QEK-04-Q-5414 is applicable and is issued as a Request for Quotations. The solicitation and incorporated provisions and clauses are those in effect from Federal Acquisition Circular 2001-15. The description of the commercial item is as follows: CLIN 0001: Brand Name or Equal to Marmot Model 1814 with the following commercial item description: Intermediate Cold Wet Glove shall be black in color and composed of three layers: shell, lining, and insulation. The shell material shall be constructed from durable and water repellent cowhide leather. The shell (back of hand) should be made of a nylon fabric laminated with a waterproof breathable polyurethane film. The liner layer shall be made from a “plaited” bi-component tricot knit made of two distinct layers of 100% polyester yarns. The layer closest to the skin shall have a brusher surface, which decreases the surface area next to the skin allowing for greater movement of perspiration to the outer layer. The outer layer shall have a special filament yarn with an open capillary structure to powerfully pull moisture away from the body and allows it to spread out and evaporate. The moisture shall never be absorbed into the fiber where it would take longer to dry. The insulation shall be constructed from a synthetic down that is low in bulk. It shall use microfiber technology to produce the closest synthetic to down in terms of structure, warmth, and feel. Each fiber shall be treated with a permanent water-repellent finish. The gloves shall be inseam sewn and have pre-curved, full box fingers with fourchetttes, and a roll top finger tip design for extra comfort and durability. It shall have waterproof/ breathable stretch fabric back of hand. The palm area shall be reinforced with leather. The thumb design shall be straight, and the back thumb pattern shall be made of a polyurethane material. The gauntlet shall be flared with webbing wrist strap for adjustment. CLIN 0001AA: Size Small 6600 pairs. CLIN 0001AB: Size Medium 12600 pairs. CLIN 0001AC: Size Large 13200 pairs. CLIN 0001AD: Size XL 21000 pairs. CLIN 0001AE: Size XXL 6600. All CLINs posted will be used by PEO Soldier, Camp Doha Kuwait. FOB shall be destination or orgin shall be given in the quote. Delivery shall be not later than 15 November 2004. Any award resulting from this Request for Quotations shall be made to a responsive, responsible quoter using an SF1449 form. Performance in accordance with the commercial item description is most important. Schedule is slightly less important. Past performance is slightly less important than schedule. It is desired that candidates have been previously assessed and found to be low/no risk for health hazards/material toxicity and safety for issue to military personnel. Price is least important. FAR Provision 52.111-6, Name Brand or Equal applies. FAR Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is applicable in which the term offeror, wherever it appears, shall be replaced by the term quoter. Quoters are required to submit completed copies of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and DFAR 252.212-7000, Offerer Representations and Certifications-Commercial Items, with their quotes. FAR clause 52.212-4, Contract Terms and Conditions, applies to this acquisition and does not include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.203-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, and 52.232-33.The following clauses within DFARS clause 252.212-7001(b) are applicable to this acquisition: 52.203-3, 252.225-7001, 252.225-7012, 252.225-7021, 252.243-7002, 252.247-7023, and 252.247-7024 are also applicable. DFAR 225.7002-1 does not apply due to the exception in DFAR 225.7002-2 (d). The complete text of the Federal/Defense Acquisition Circulars is available at the following Internet sites: DOD Electronic Commerce: http://www.arnet.gov/far or Defense Tactical Information Center (DTIC): http://farsite.hill.af.mil . Please use email. Quotes are due on 28 September 2004 at 6:00 PM Eastern Standard Time. All quotes must be emailed to the Joint Contracting Office Baghdad Iraq, Attn: CPT Kevin Finch, email: captainkevinfinch@yahoo.com. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (24-SEP-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/CPAIRAQ/APOAE/W91QEK-04-Q-5414/listing.html)
 
Place of Performance
Address: PEO-SOLDIERS RFIMPRI JULIAN SIMERLY BLDG 10 CRSP BLDG 6B CAMP DOHA, KUWAIT
Country: Kuiwait
 
Record
SN00682039-F 20040926/040924213403 (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.