Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2012 FBO #3758
SOLICITATION NOTICE

83 -- Ambulance Worker's Safety Boots

Notice Date
3/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
316213 — Men's Footwear (except Athletic) Manufacturing
 
Contracting Office
MICC - Fort Leonard Wood, Directorate of Contracting, P.O. Box 140, Fort Leonard Wood, MO 65473-0140
 
ZIP Code
65473-0140
 
Solicitation Number
W911S712T0022
 
Response Due
3/23/2012
 
Archive Date
5/22/2012
 
Point of Contact
Michael Groves, 573-596-0256
 
E-Mail Address
MICC - Fort Leonard Wood
(michael.d.groves@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned 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. 1.Combined synopsis/solicitation for Ambulance Worker's Safety Boots. 1.1 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested for the required items and no written solicitation will be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-55, effective January 3, 2012. 1.2 This is an Unrestricted set-aside under NAICS 316213 Men's footwear (except athletic) Manufacturing. 1.3 All items shall be FOB Destination to Ft. Leonard Wood, MO. 2.Ft. Leonard Wood, MO. requires the following items: 0001: Haix Airpower R2 Ladies. Part Number 605110. Size 6 Medium Width. Name Brand or Equal that meet attached Ambulance Worker's Safety Boots Salient Characteristics. 0002: Haix Airpower R2 Ladies. Part Number 605110. Size 7 Medium Width. Name Brand or Equal that meet attached Ambulance Worker's Safety Boots Salient Characteristics. 0003: Haix Airpower R2 Ladies. Part Number 605110. Size 7.5 Medium Width. Name Brand or Equal that meet attached Ambulance Worker's Safety Boots Salient Characteristics. 0004: Haix Airpower R2. Part Number 605109. Size 8.5 Medium Width. Name Brand or Equal that meet attached Ambulance Worker's Safety Boots Salient Characteristics. 0005: Haix Airpower R2 Ladies. Part Number 605110. Size 8.5 Wide Width. Name Brand or Equal that meet attached Ambulance Worker's Safety Boots Salient Characteristics. 0006: Haix Airpower R2. Part Number 605109. Size 8 Medium Width. Name Brand or Equal that meet attached Ambulance Worker's Safety Boots Salient Characteristics. 0007: Haix Airpower R2. Part Number 605109. Size 8 Wide Width. Name Brand or Equal that meet attached Ambulance Worker's Safety Boots Salient Characteristics. 0008: Haix Airpower R2. Part Number 605109. Size 9 Medium Width. Name Brand or Equal that meet attached Ambulance Worker's Safety Boots Salient Characteristics. 0009: Haix Airpower R2. Part Number 605109. Size 10 Medium Width. Name Brand or Equal that meet attached Ambulance Worker's Safety Boots Salient Characteristics. 0010: Haix Airpower R2. Part Number 605109. Size 10.5 Medium Width. Name Brand or Equal that meet attached Ambulance Worker's Safety Boots Salient Characteristics. 0011: Haix Airpower R2. Part Number 605109. Size 10.5 Wide Width. Name Brand or Equal that meet attached Ambulance Worker's Safety Boots Salient Characteristics. 0012: Haix Airpower R2. Part Number 605109. Size 11 Medium Width. Name Brand or Equal that meet attached Ambulance Worker's Safety Boots Salient Characteristics. 0013: Haix Airpower R2. Part Number 605109. Size 11.5 Medium Width. Name Brand or Equal that meet attached Ambulance Worker's Safety Boots Salient Characteristics. 0014: Haix Airpower R2. Part Number 605109. Size 12 Wide Width. Name Brand or Equal that meet attached Ambulance Worker's Safety Boots Salient Characteristics. 0015: Haix Airpower R2. Part Number 605109. Size 13 Wide Width. Name Brand or Equal that meet attached Ambulance Worker's Safety Boots Salient Characteristics. 0016: Haix Airpower R2 Ladies. Part Number 605110. Size 8 Medium Width. Name Brand or Equal that meet attached Ambulance Worker's Safety Boots Salient Characteristics. 0017: Haix Airpower R2 Ladies. Part Number 605110. Size 9 Medium Width. Name Brand or Equal that meet attached Ambulance Worker's Safety Boots Salient Characteristics. 3.Required Salient Characteristics: Ambulance Worker's Safety Boots Salient Characteristics. 3.1. Must Meet NFPA 1999-2008 for EMS operations 3.2. Black boot 3.3. Waterproof/breathable with CROSSTECH, blood borne pathogen resistance and chemical resistance 3.4. Lacing system for superior fit 3.5. Protective toe cap 3.6. Heat resistant sole 3.7. Non marking, antistatic, extremely slip resistant rubber sole 3.8. Arch support system 3.9 Climate system 3.10 Puncture resistant steel midsole 3.11 All leather construction 3.12 Reflective zone in the heel 3.13 Reinforced front zipper with pull tab 3.14 Leg height 8 inches 4. Type of Contract: The government anticipates a single award of a firm-fixed-price contract. 5. Proposal Evaluation and Basis for Award 5.1 In accordance with FAR 52.212-4 Evaluation Commercial Items the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's proposal should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. The Government will award a contract resulting from this solicitation to the Lowest Price Technically Acceptable responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Trade-offs between cost/price and non-cost/price factors are not permitted. Unreasonably high/unrealistically low, unbalanced, inaccurate or incomplete price proposals may be the grounds for eliminating a proposal from competition. Proposals/offers shall be submitted in writing. Proposals/offers may be submitted via e-mail to michael.d.groves@us.army.mil. Proposals/offers may be delivered via USPS to: MICC-DOC Ft. Leonard Wood, ATTN: Mike Groves; 561 Iowa Ave., Ft. Leonard Wood MO 65473-0140. All proposals/offers shall reference solicitation number W911S7-12-T-0022 in the subject line. Proposals/offers shall be submitted so as to arrive in government possession no later than 11:00am Central Daylight Time on 23 March 2012. 5.2 Evaluation Factors for Award In accordance with FAR 52.212-4 Evaluation-Commercial Items the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Factors 1 and 2 will receive an adjective rating of Acceptable or Unacceptable. The following factors shall be used to evaluate offers: Factor 1: Meets required salient characteristics specified in Paragraph 3. Factor 2: Price 6. The following FAR and DFARS provisions and clauses are incorporated into this solicitation and any resulting contract: 52.219-27 52.211-6 252.246-7000 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside. Brand Name or Equal Material Inspection And Receiving Report NOV 2011 AUG1999 MAR 2008 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 52.204-7 Central Contractor Registration APR 2008 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 52.225-3 Buy American Act--Free Trade Agreement--Israeli Trade Act JUN 2009 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification. NOV 2011 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 252.232-7010 Levies on Contract Payments DEC 2006 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (NOV 2011) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC2011) 52.225-4 Buy American Act--Free Trade Agreement--Israeli Trade Act Certificate JUN 2009 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (NOV 2011) 52.222-18 CERTIFICATION REGARDING KNOWLEDGE OF CHILD LABOR FOR LISTED END PRODUCTS (FEBRUARY 2001) 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.216-1 TYPE OF CONTRACT (APR 1984) 52.212-2 Evaluation-Commercial Items (JAN 1999) Invoicing and payment shall be made using the Department of Defense Wide Area Work Flow (WAWF) system. 7. The point of contact for this solicitation is Mike Groves, Contracting Specialist; via e-mail at: michael.d.groves@us.army.mil. Technical questions must be in writing and are due by 11am Central Daylight Time on 15 March 2012. No phone calls.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/458c7833e44759380948aa344e27f8ed)
 
Place of Performance
Address: MICC - Fort Leonard Wood Directorate of Contracting, P.O. Box 140 Fort Leonard Wood MO
Zip Code: 65473-0140
 
Record
SN02690452-W 20120309/120307234555-458c7833e44759380948aa344e27f8ed (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.