Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2014 FBO #4631
SOLICITATION NOTICE

84 -- Cold Weather Gear

Notice Date
7/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315990 — Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 509 CONS, 660 Tenth Street, Ste 222, Whiteman AFB, Missouri, 65305, United States
 
ZIP Code
65305
 
Solicitation Number
FA4625-14-Q-0027
 
Archive Date
9/8/2014
 
Point of Contact
Lindsay Helbig, Phone: 6606875433, Jennifer Boll, Phone: 660-687-5488
 
E-Mail Address
lindsay.helbig@us.af.mil, jennifer.boll@us.af.mil
(lindsay.helbig@us.af.mil, jennifer.boll@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA4625-14-Q-0027. This procurement is a small business set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 315990. For the purpose of this procurement the small business size standard is 500 Employees. All offers are to remain valid until 1 October 2014. Basis for Award; The Government will award a contract from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Items required are listed below: CLIN Quantity Unit of Issue Description Total Price 0001 150 Ea Microfleece Cap, Foliage Green or equal 0002 150 Ea Propper Air Force (ABU) APECS Gore-Tex Parka ABU or equal (Various sizes: XLarge Long-5 each, XLarge Regular-10 each, Large Long-15 each, Large Regular-25 each, Medium Long-15 each, Medium Regular-55 each, Small Regular-25 each) 0003 150 Ea Kenyon PCU Gen III Fleece Combo Jacket, Foliage or equal (Various sizes: XLarge Long-5 each, XLarge Regular-10 each, Large Long-15 each, Large Regular-25 each, Medium Long-15 each, Medium Regular-55 each, Small Regular-25 each) 0004 200 Ea HWI Hard Knuckle Tactical Glove, Foliage or equal (Various sizes: XLarge-40 each, Large-70 each, Medium-50 each, Small-40 each) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74, Defense Acquisition Circular 20140624, and Air Force Acquisition Circular 2014-0412. The following FAR Clauses and Provisions apply to this acquisition: 52.204-7, System for Award Management Registration; 52.204-13, System for Award Management (SAM) Maintenance; 52.207-4, Economic Purchase Quantity 52.211-6, Brand Name or Equal 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Offerors Representations and Certifications - Commercial Items, Alternate I (completed in SAM database under representations and certifications) 52.212-4, Contracts Terms and Conditions- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) 52.219-6, Notice of Total Small Business Set-Aside; 52.219-13, Notice of Set-Aside of Orders 52.219-28, Post-Award Small Business Program Representation 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Handicapped Workers; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-3, Buy American Act-ALTERNATE 1 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.225-18, Place of Manufacture 52.232-40, Providing Accelerated Payment to Small Business Subcontractors 52.247-34, F.O.B. Destination; 52.252-1, Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference; 52.252-6, Authorized Deviations in Clauses; The following DFARS Clauses and Provisions apply to this acquisition: 252.203-7000, Requirements Relating to compensation of Former DoD Officials; 252.203-7002, Requirements to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004, Alternate A, System for Award Management 252.211-7003, Item Identification and Evaluation; 252.232-7003, Electronic Submission of Payment Request and Receiving Reports; 252.225-7001, Buy American Act and Balance of Payments Program 252.225-7002, Qualifying Country Sources as Subcontractors 252.236-7006, Wide Area Workflow (WAWF) Instructions 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications The following AFFARS Clauses apply to this acquisition: 5352.201-9101, Ombudsman: AFGSC/A7K, 66 Kenney Avenue, Suite 233, Barksdale AFB, LA 71110/Phone: (318) 456-6339 or AFGSC.A7K@barksdale.af.mil ; Paper copies of the Request for Quotation will not be made available. Quotations can be e-mailed to the following e-mail address: lindsay.helbig@us.af.mil and 509cons.sollgcb@us.af.mil or by FAX to (660) 687-4822 to the attention of SrA Lindsay Helbig. NOTE: Quotations must be received by 20 August 2014, 1:00 PM CST; late quotations will not be considered for award. Prospective offeror must be registered and have an active status in the System for Award Management (SAM) ( www.sam.gov ) in order to be eligible for award. Responsible sources may submit a quotation which, if timely received, shall be considered by this agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/85ce324a5100fea5c2a05722e683120d)
 
Place of Performance
Address: Whiteman AFB, Whiteman AFB, Missouri, 65305, United States
Zip Code: 65305
 
Record
SN03440833-W 20140730/140728235551-85ce324a5100fea5c2a05722e683120d (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.