Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2008 FBO #2298
SOLICITATION NOTICE

A -- Bates Mens M-9 Assult Non-mettallic Combat Boots

Notice Date
3/10/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018908R0002
 
Response Due
3/14/2008
 
Archive Date
4/13/2008
 
Point of Contact
Harris Carr 757-443-1391 Marchetta Smith 757-443-1445
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 13.106 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required item under RFQ N00189-08-R-0002. A subsequent solicitation document will not be issued. FISC Norfolk intends to purchase brand name on the following item(s) : Bates Mens M-9 Assault Non-Metallic Combat Boots #2450 is fully equipped with features that help it perform in the most demanding situations. Bates Company, 9345 Courtland Drive, Rockford, Michigan 49351. Gender/Men?s, Type/Boots, Height 9? Color: Desert, Soft toe, Weight 3.5lbs.per pair. Made of Wolverine Warrior leather and nylon the breathable lining helps keep feet stay cool when temperatures begin to rise. Vibram mutant outsole outlasts terrain, provides superior traction with multi-directional oval lugs. Non-metallic nylon speed lacing and eyelets allow for easy travel through high security environments. 0001: SIZE 4 QTY 1EA, 0002: SIZE 5 QTY 2EA, 0003: SIZE 5.5 QTY 4EA, 0004: SIZE 6 QTY 5EA, 0005: SIZE 6W QTY 6EA, 0006: SIZE 6.5 QTY 8EA, 0007: SIZE 7 QTY 8EA, 0008: SIZE 7W QTY 8EA, 0009: SIZE 7.5 QTY 8EA, 0010: SIZE 8 QTY 8EA, 0011: SIZE 8.5 QTY 6EA, 0012: SIZE 8.5W QTY 8EA, 0013: SIZE 9 QTY 40EA, 0014: SIZE 9N QTY 5EA, 0015: SIZE 9W QTY 20EA, 0016: SIZE 9.5 QTY 20EA, 0017: SIZE 9.5N QTY 5EA, 0018: 9.5W QTY 15EA, 0019: SIZE 10 QTY 35EA, 0020: SIZE 10W QTY 15EA, 0021: SIZE 10.5 QTY 40EA, 0022: SIZE 10.5W QTY 15EA, 0023: SIZE 11 QTY 34EA, 0024: SIZE 11N QTY 2EA, 0025: SIZE 11.5 QTY 15EA, 0026: SIZE 11.5W QTY 15EA, 0027: SIZE 12 QTY 20EA, 0028: SIZE 12W QTY 5EA, 0029: SIZE 12XW QTY 1EA, 0030: SIZE 12.5 QTY 5EA, 0031: SIZE 13 QTY 10EA, 0032: SIZE13W QTY 5EA, 0033: SIZE 13XW QTY 1EA, 0034: SIZE 14 QTY 5EA. Delivery will be no later than 02 April 2008, FOB: DESTINATION. Offerors shall provide its delivery schedule. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (OCT 2003); 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005); 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov .After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2005), the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and 52.215-5 Facsimile Proposals (OCT 1997). The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); and 252.232-7003 Electronic Submission of Payment Requests (JAN 2004); and 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002). 5252.NS.054T Transportation ? Smart Transportation System (STS) At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by March 14, 2008, 3:00 P.M. Offers can be emailed to harris.carr@navy.mil, faxed to 757-443-1337 or mailed to Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Code 200, Attn: Harris Carr, Norfolk, VA.23511-3392. Reference RFQ N00189-08-R-0002, on your proposal. NAICS 424340 (100 Employees)
 
Record
SN01528551-W 20080312/080310224842 (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.