140th Wing AEF Gear and Uniforms

expired opportunity(Expired)
From: Federal Government(Federal)
W912LC19Q5003

Basic Details

started - 27 Feb, 2019 (about 5 years ago)

Start Date

27 Feb, 2019 (about 5 years ago)
due - 28 Feb, 2019 (about 5 years ago)

Due Date

28 Feb, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
W912LC19Q5003

Identifier

W912LC19Q5003
Department of the Army

Customer / Agency

DEPT OF DEFENSE (698498)DEPT OF THE ARMY (131660)NGB (17276)W7MY USPFO ACTIVITY COANG 140 (174)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (4)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

THIS COMBINED SYNOPSIS/SOLICITATION IS SET ASIDE 100% FOR SMALL BUISNESS. This announcement constitutes the only Synopsis/Solicitation notice; the written solicitation is attached and quotes are being requested. Solicitation number W912LC-19-Q-5003 is being issued as a REQUEST FOR QUOTE (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01 effective 20 December 2018. All applicable provisions and clauses are included in the actual solicitation. The North American Industry Classification System (NAICS) code is 315210. The Government intends to issue a firm fixed price contract for the acquisition of Clothing and Equipment Items, at Buckley AFB, CO. Please reference solicitation # W912LC-19-Q-5003 on all correspondence. The Government reserves the right to cancel this solicitation, either before or after the response date. Quotations must be good for 60 days after the closing postdate. PARTIAL
PROPOSALS WILL BE CONSIDERED. PARTIAL AWARDS MAY BE MADE.Please provide the following:Clothing and Equipment Items in accordance with the attached required items listing.SEE ATTACHED REQUIRED ITEM LISTING FOR FULL REQUIREMENT.Due Dates:Questions due by: 18 February 2019 @ 5:00 P.M. MSTQuotes due by: 4 March 2019 @ 2:00 P.M. MST- Quotes should be valid for a minimum of 60 daysContracting POCs (please include all names on submitted correspondence):christopher.t.stephenson2.mil@mail.mil jacob.i.geroux.mil@mail.mil erydin.b.bacon.mil@mail.mil noah.j.branscom.mil@mail.mil lucas.c.martineau.mil@mail.milLIST OF ATTACHMENTS:1. Combined Synopsis-Solicitation W912LC-19-Q-50032. Clothing/Equipment Items required items listing *Complete size list to be provided at time of award3.  RFQ Question ResponsesA. THE FOLLOWING SHALL BE INCLUDED IN THE CONTRACTOR'SRESPONSE FOR EVALUATION:i. Total Price Quote:a. Table 1 with pricing for items as indicatedii. Technical Acceptance:a. Complete quote (as indicated under "Quote Preparation Instructions")b. Fulfills the requirement as outlined in Required Items Listingc. Ability to provide exchanges for sizing issues in timely mannerB. EVALUATION OF QUOTES:Lowest Price Technically Acceptable (LPTA): Following closure of this combined Synopsis/Solicitation all quotes will placed in order from lowest to highest priced. The evaluation team will start with the lowest Quote and work to the highest determining Technical Acceptability. All quotes will be evaluated. Quotes deemed Technically Acceptable will be considered for award. Award will be made on the basis of the lowest evaluated price Quote meeting the acceptability standards for non-cost factors. Failure to meet a technical requirement may result in an offer being determined technically unacceptable.Each technical requirement set forth below will receive a rating of acceptable/not acceptable based on the assessed strengths and deficiencies of each offeror's quote as they relate to each technical requirement. The definitions of acceptable/not acceptable are below.ACCEPTABLE Proposal meets the requirements of the solicitation.NOT ACCEPTABLE Proposal does not meet the requirements of the solicitation.Below is the evaluation criteria listed in FAR 52.212-2:i. Total Price Quote:a. Table 1 with pricing for items as indicatedii. Technical Acceptance:a. Complete quote (as indicated under "Quote Preparation Instructions")b. Fulfills the requirement as outlined in Required Items Listingc. Ability to provide exchanges for sizing issues in timely mannerDESCRIPTION OF SUPPLIESVerify that the prices quoted reflect the most competitive pricing available to the Government with regard to this Combined Synopsis/Solicitation.Provide pricing for your proposal in Table 1 below. No other pricing format will be accepted:Item **All Items are Preferred Brand or "Equal" Unit price Qty TotalNAME TAPE, OCP (Provided after award) $ - 843 EACH $ -USAF TAPE, OCP (Provided after award) $ - 816 EACH $ -OCCUPATIONAL BADGE, OCP (Provided after award) $ - 816 EACH $ -AFCENT PATCH, Color: Subdued as authorized for OCP wear $ - 580 EACH $ -HELMET BAND W/ CAT EYE, Color: OCP or Coyote Brown $ - 290 EACH $ -SEW ON RANK (Patrol Caps Only) (Provided after award) $ - 54 EACH $ -MASSIF JACKET OR "EQUAL" (See below specifications) $ - 265 EACH $ -MASSIF TROUSERS OR "EQUAL" (See below specifications) $ - 265 EACH $ -HEADLAMP w/Elastic headband, Color: OCP, Black, or Coyote Brown $ - 230 EACH $ -CAMELBACK, Color: OCP or Coyote Brown $ - 230 EACH $ -COLD WEATHER GLOVE, Color: OCP or Coyote Brown $ - 21 PAIR $ -ECW WOOL SOCKS, Color: Olive Drab/Sage Green Or Coyote Brown $ - 105 PAIR $ -COYOTE BROWN BOOTS, SAFETY TOE Prefer Brand (Belleville) $ - 501 PAIR $ -COYOTE BROWN BOOTS, Prefer Brand (Belleville) $ - 32 PAIR $ -COYOTE BROWN BOOTS, SAFETY TO FLY Prefer Brand (Belleville) 330 COTST $ - 46 PAIR $ -SAMPLE BOOTS: COYOTE BROWN BOOTS, IN QUOTED BRAND, TO BE SENT IMMEDIATELY UPON AWARD FOR THE FOLLOWING SIZES: MENS WHOLE SIZES 4-14 $ - 11 PAIR $ -BALACLAVA, Color: Coyote Brown or Tan $ - 230 Each $ -Delivery $ - 1 EACH $ -All contractors shall be registered at System for Award Management (SAM.GOV) https://www.sam.gov/portal/public/SAM/. Contractors must be registered in the SAM.GOV database before a contract can be awarded to your company. PARTIAL PROPOSALS WILL BE CONSIDERED. PARTIAL AWARDS MAY BE MADE. Please acknowledge all requirements of the solicitation in the proposals. Direct all questions to MSgt Christopher Stephenson, 2d Lt Jacob Geroux, SSgt Erydin Bacon, MSgt Lucas Martineau, and SMSgt Noah Branscom (emails provided above). Quotes submitted shall adhere to the line item structure contained herein. Multiple quotes will be accepted.QUOTE PREPARATION INSTRUCTIONS:To assure timely and equitable evaluation of Quotes, Offerors shall follow the instructions and Sections A&B above and contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or sub factors. Failure to meet a requirement may result in an offer being ineligible for award. Offerors shall clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.Partial Quotes will be considered for award. In order to be considered as a Partial Quotes the following items must be completed: The above outlined format (Table 1) must be used for all submitted quotes. Quotes must clearly be identified as a Partial quote upon submission. Any area not quoted must be marked with a N/A and not left blank. Should any quote not follow these instructions, the quote will be deemed non-responsive and not considered for award.Exchanges for sizing shall be addressed in a "timely manner". Timely Manner is defined as a timeframe an item(s) is/are shipped from Buckley AFB, CO to the time the resized item(s) is/are received back at Buckley AFB, CO. This process shall not to exceed 14 calendar days from the time the item(s) is/are shipped from Buckley AFB, CO.Page Size:Page size shall be 8.5 x 11 inches. Pages shall be single-spaced. Except for the reproduced sections of the solicitation document, the text size shall be no less than Times New Roman 10 point. Use at least 1-inch margins on all sides of each page. Pages shall be numbered sequentially by volume. If there are discrepancies in page counts between paper and electronic submittals, the paper version shall take precedence.Tables, Charts, Graphs, and Figures:Legible tables, charts, graphs and figures shall be used wherever practical to depict organizations, systems and layout, implementation schedules, plans, etc. These displays shall be uncomplicated, legible, and shall not exceed 11 by 17 inches in size when printed. Foldout pages shall fold entirely within the volume, and count as two (2) pages. Foldout pages may only be used for large tables, charts, graphs, diagrams and schematics, and not for pages of text. For tables, charts, graphs and figures, the text shall be no smaller than 8 point.Provisions & Clause:THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE TO THIS ACQUISITION (Note: Provisions and/or clauses marked with a * require the offeror to provide responsive information as set forth within those provisions and/or clauses. This responsive information shall be submitted in the same format provided within those provisions or clauses at the time a Quote is submitted.):• FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation (Jan 2017)• FAR 52.204-7 System for Award Management (Oct 2018)• FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Oct 2018)• FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2018)• FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2019) The following are applicable clauses cited within FAR 52.212-5: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015)(31 U.S.C. 6101 note). FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-28 Post Award Small Business Program Representation (July 2013)(15 U.S.C.632)(a)(2)) FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2018)(E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26 Equal Opportunity (Sep 2016) (E.O. 11246) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014). FAR 52.222-50 Combating Trafficking in Persons (Mar 2015) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-1 Buy American--Supplies (May 2014) FAR 52.225-13 Restriction on Certain Foreign Purchases (Jun 2008) FAR 52.232-33 Payment by Electronic Funds Transfer System of Award Management Registration (Oct 2018)• FAR 52.219-1 Small Business Program Representations (Oct 2014)• FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Aug 2018)• FAR 52.232-18 Availability of Funds (Apr 1984)• FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013)• FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)• FAR 52.246-16 Responsibility for Supplies (Apr 1984)• FAR 52.247-34 F.o.b. Destination (Nov 1991)• DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011)• DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013)• DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011)• DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992)• DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016)• DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016)• DFARS 252.225-7001 Buy American and Balance of Payments Program (Dec 2017)• DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2017)• DFARS 252.225-7048 Export-Controlled Items (Jun 2013)• DFARS 252.232-7003 Electronic Submission of Payment Requests and ReceivingReports (Jun 2012) (10 U.S.C. 2227)• DFARS 252.232-7006 Wide Area Work Flow Payment Instructions (May 2013)• DFARS 252.232-7010 Levies on Contract Payments (Dec 2006)• DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991)• DFARS 252.246-7000 Material Inspection and Receiving Report (Mar 2008)• DFARS 252.247-7023 Transportation of Supplies by Sea (Apr 2014)Full Text Provisions, Clauses & Addendums FAR 52.212-1 Instructions to Offerors - Commercial Items, Addendum (Oct 2018)PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE:1. DUNS Number _________________________________________2. TIN Number ___________________________________________3. CAGE Code ___________________________________________4. Contractor Name _________________________________________5. Payment Terms (net 30) or Discount _____________________________________6. Period of Performance___________________________________________7. Business Type (i.e. small, women-owned, etc.)______________________________8. Point of Contact & Phone Number________________________________________9. Fax Number _____________________________________10. Email address___________________________________________________11. FOB (destination or origin) _______________________________________12. GSA number, if applicable to this requirement ___________________________ 52.212-2 -- Evaluation -- Commercial Items (Oct 2014)As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows:Evaluation -- Commercial Items (Oct 2014)(a) 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. The following factors shall be used to evaluate offers:i. Total Price Quote:a. Table 1 with pricing for items as indicatedii. Technical Acceptance:a. Complete quote (as indicated under "Quote Preparation Instructions")b. Fulfills the requirement as outlined in Required Items Listingc. Ability to provide exchanges for sizing issues in timely manner(End of Provision) FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999)The offeror represents that:(a) It * has, * has not participated in a previous contract or subcontract subject to the EqualOpportunity clause of this solicitation;(b) It * has, * has not filed all required compliance reports; and(c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. FAR 52.222-25 Affirmative Action Compliance (Apr 1984)The offeror represents that -(a) It * has developed and has on file, * has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2); or(b) It * has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. FAR 52.252-2 Clause Incorporated by Reference (Feb 1998)This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil.Local RequirementsA. PAYMENT WILL BE MADE BY:Defense Finance and Accounting ServiceDFAS DEAMS-F87700CCTG DISB STA NR 387700DFAS DEAMS27 ARKANSAS RDLIMESTONE ME 04751-6216Contact DFAS-DEAMS to check payment status at (800) 390-5620 or (207) 328-5620 or via website www.dfas.mil: (Commercial Pay, then Vendor Pay Inquiry System(VPIS), then Non-MOCAS System, then Query by Contract Number, EFT TraceNumber, DUNS Number or Cage Code)B. CHANGES TO THIS CONTRACT / PURCHASE ORDER / DELIVERY ORDERThe Contracting Officer (CO) is the only person authorized to approve changes or modify any of the requirements under this contract and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the CO. In the event the Contractor effects any such change at the direction of any person other than the CO, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof.Contractual problems, of any nature, which might occur during the life of the contract shall be handled in conformance with public law and regulations and shall be referred to the CO for resolution. Only the CO is authorized to formally resolve such problems. Therefore, the contractor is here directed to bring all such contractual problems to the immediate attention of the CO. Any request for contract changes/modification shall be submitted to the COC. SAM.GOV REGISTRATIONInvoice payment cannot be made if a contractor has not been registered through the System for Award Management (SAM). Register at https://www.sam.gov/portal/public/SAM/. This is a single entry point for contractor's to process SAM, Online Representations and Certifications Application (ORCA), and Excluded Parties List System (EPLS). Invoices received from a contractor who fails to maintain active SAM registration are considered to be improper and may be returned. The contractor is responsible to maintain active SAM registration until final payment has been made. SAM registration shall be updated and renewed annually. If the contractor chooses not to publish their information in SAM.GOV, you SHALL fill out and return FAR Provision 52.212-3 Offeror Representations and Certifications - Commercial Items to include the Tax Identification Number within this Provision.

18841 E. Crested Butte Ave,MS#81 Buckley AFB, Colorado 80011 United StatesLocation

Place Of Performance : 18841 E. Crested Butte Ave,MS#81

Country : United States

You may also like

Uniforms for Orlando Police Department

Due: 09 Jun, 2024 (in 2 months)Agency: City of Orlando

Uniform and Clothing

Due: 16 Apr, 2024 (in 18 days)Agency: Oswego BOCES

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

315 -- Apparel Manufacturing/315210 -- Cut and Sew Apparel Contractors
naicsCode 315210Cut and Sew Apparel Contractors
pscCode 84CLOTHING, INDIVIDUAL EQUIPMENT, INSIGNA, AND JEWELRY