Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2007 FBO #2089
SOLICITATION NOTICE

83 -- Tan Desert Safety Toe Boots - Estimated Quantity 2800 Pairs - Delivery via shoe mobile on site twice per week between the dates of 21 August 2007 to 31 December 2007 approximately.

Notice Date
8/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
424340 — Footwear Merchant Wholesalers
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK07T0691
 
Response Due
8/20/2007
 
Archive Date
10/19/2007
 
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 acquisition is issued as a Request for Quotes (RFQ). The c ombined synopsis/solicitation number is W91ZLK-07-T-0691. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-14. The associated North America Industry Classification System ( NAICS) Code 424340 and the Business Size Standard is 100. This requirement is 100% Small Business Set Aside for small business concerns. The Government contemplates award of Firm-Fixed Price contract. Description of Requirements: Estimated Quantity of 2,800 pairs of Safety Toe Tan Boots, standard height 8-9 inches, to be delivered twice per week between the periods of 21 Aug 07 to 31 Dec 07. USA Made DOMESTIC END PRODUCTS ONLY subject to the Berry Amendment. EH, ACU approved  running shoe sole characte ristics: Oil, Heat, Metal Chip, Slip and Abrasion. Upper Shoe: Tan Leather/Cordura nylon fabric; lining, cushion, midsole  polyurethane; outsole  rubber; insole  ASTM 1/75 C/75 steel toe protection. Offerors may be required to provide a test sample prio r to award. Offerors must be able to provide mobile delivery service to Aberdeen Proving Ground, MD, commencing on or about 21 August 2007. The anticipated mobile schedule shall be at the Aberdeen Area, Bldg. TBD, and Edgewood Area, APG, Bldg. TBD. The sho e mobile is required to ensure the ANSI Z41.1 is met. The Contracting Officer Representative (COR) shall notify the contractor up to two weeks in advance of the type size and width of the footwear required for that visit. Contractor is responsible for prov iding trained personnel to assist with individual proper fitting of shoes. New (not worked or soiled) footwear may be exchanged due to size differential within thirty (30) days without prior approval. This procurement is non-restrictive for manufacturers, but set aside for small business distributors. Delivery shall be made to Aberdeen Proving Ground, MD, 21005and APG-EA, MD, 21010. The following clauses will be incorporated by referrence: 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment; 52.212-4 Contract Terms and Conditions Commercial Items. 52.223-11 Ozone-Depleting Substances, 52.247-34 FOB Destination. The provision at 52.212-1 Instruction to Offerors Commercial applies to this acquisition. The provision at 52.212-2, Evaluation of Commercial Items is applicable to this acquisition. The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. Offeror shall incl ude a completed copy of the provision at 52.212-3, Offerors Representations and Certifications Commercial Items, and DFARS 252.212-7000, Offeror Representation and certification with its offer. The clause at 52.212-5, Contract terms and Conditions required to implement statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U. S.C 253S and 10 U.S.C. 2402), FAR 52.219-8, Utilization of Small Business Concerns, FAR 52.219-14 Limitations on Subcontracting, FAR 52.222-19 Child Labor Cooperation With Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 5 2.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Viet nam Era and Other Disabled Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era, FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.232-3 3 Payment by Electronic Funds Transfer  Central Contractor Registration (May 1999). DFAR clause Contract Terms and Conditions required to Implement Statutues or Executive Orders applicable to Defense Acquisitions of Commercial Items. The following add itional DFAR clauses cited in the clause 252.212-7001 are applicable: 52.203-3 Gratuities, 252.225-7001 Buy America and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7015 Preference of Domestic Hand and Measu ring Tools, 252.232-7003 Electronic Submission of Payment Requests. The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil . Quotations must be signed, dated and received by 12:00 PM NOON EST Monday, 20 August 2007 via fax at 410-306-3829 or email to robin.donovan@us.army.mil at the US Army Contracting Agency, Directorate of Contracting, Attention: SFCA-NR-APC-T, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD, 21005-3013. All quotations from re sponsible sources will be fully considered. 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 online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact Robin Donovan, Contract Specialist, via email at robin.donovan@us.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN01372170-W 20070816/070814221538 (fbodaily.com)
 
Source
FedBizOpps 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.