Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2008 FBO #2280
SOLICITATION NOTICE

83 -- Tan Desert Safety Toe Boots - Estimated Quantity - 5673 PR/Year, Base Year Plus Four Option Years; Delivery via shoe mobile on site, predominantly twice per week. Period of Performance to commence no later than 30 days after receipt of order.

Notice Date
2/21/2008
 
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
W91ZLK08T0184
 
Response Due
2/26/2008
 
Archive Date
4/26/2008
 
Point of Contact
Robin Donovan, 410-278-0876
 
E-Mail Address
Email your questions to ACA, Aberdeen Proving Ground
(robin.donovan@us.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 acquisition is issued as a Request for Quotes (RFQ). The c ombined synopsis/solicitation number is W91ZLK-08-T-0184. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-23. 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, base year with four option years. Description of Re quirements: CLIN0001  Safety Boots, Tan Desert, Hot Weather, standard height 8-9 inches. USA Made Domestic End Products ONLY, subject to the Berry Amendment. EH, ACU approved, running shoe sole characteristics: oil, heat, metal chip, slip and abrasion resistant. 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 prior to award. Offerors must be able to provid e mobile shoe delivery service to Aberdeen Proving Ground, MD, commencing no later than 30 days after receipt of order.Estimated Quantity  5673 PR / Year. The anticipated delivery schedule will be set by the Government COR and shall be at the Aberdeen Are a and the Edgewood Area, predominantly twice per week. The shoe mobile is required to satisfy the requirements of the ANSI Z41.1 The Contractor is responsible for providing trained personnel to assist with individual proper fitting of shoes. New (not worke d or soiled) footwear may be exchanged due to size differential. Period of performance: Base Year plus Four Option Years. Freight  FOB Destination, Aberdeen Proving Ground, 21005. Delivery dates should be arranged and scheduled by the Government COR. The following clauses will be incorporated by referrence: 52.209-4  First Article Approval  Government Testing; 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment; 52.212-3, Offero rs Representations and Certifications Commercial Items; 52.212-4 Contract Terms and Conditions Commercial Items;52.217-2  Cancellation Under Multi-Year Contracts; 52.217-6  Option for Increased Quantity; 52.217-8  Option to extend services; 52.217-9  O ption to Extend the Term of the Contract, 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 include a completed copy of the pro vision 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 Execu tive 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 Re medies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans, FAR 52.222-36 Affirmative Action for Worker s 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 52.232-33 Payment by Electronic Funds Transfer  Central Contractor Registration (May 19 99). DFAR clause Contract Terms and Conditions required to Implement Statutues or Executive Orders applicable to Defense Acquisitions of Commercial Items. The following additional DFAR clauses cited in the clause 252.212-7001 are applicable: 52.203-3 G ratuities, 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 Measuring Tools, 252.232-7003 Electronic Submission of Payment Requests. This solicitation is eligible for the HQ, Army Contracting Agency (ACA) Executive-Level Agency Protest (ELAP) program, as an alternative to the usual provisions applicable for Agency protests under FAR 33.103. Provision ACAAI 5152.233-9000, Army Contracting Ag ency Executive Level Agency Protest Program is applicable. Additional information for ELAP may be accessed electronically at: http://www.aca.army.mil/docs/Community/ ACAprotest.doc 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 Tuesday, 26 February 2008 via fax at 410-306-3829 or email to robin.donovan@us.army.mil at the US Army Contracting Agency, Directorate of Con tracting, Attention: SFCA-NR-APC-T, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD, 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database p rior 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
SN01513855-W 20080223/080221224352 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.