Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2003 FBO #0623
SOLICITATION NOTICE

84 -- Footwear

Notice Date
8/12/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Space Command, 460 CONS, 460 CONS, 320 N. Beaver Creek St (MS 92), Buckley AFB, CO, 80011-9511
 
ZIP Code
80011-9511
 
Solicitation Number
FA2543-03-Q-0014
 
Response Due
8/27/2003
 
Archive Date
9/11/2003
 
Point of Contact
Chad Gagon, Contract Specialist, Phone 303-677-9882, Fax 303-677-6443, - Susan Welch, Contracting Officer, Phone 303-677-6447, Fax 303-677-6443,
 
E-Mail Address
michael.gagon@buckley.af.mil, susan.welch@buckley.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This combined synopsis and solicitation for a commercial item is prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation FA2543-03-Q-0014 is a Request for Quote (RFQ). This procurement is being issued as 100% SMALL BUSINESS set-aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12 and Defense Acquisition Circular 91-13. North American Industrial Classification System Code 422340, and size standard 500 employees applies to the solicitation. The government intends to award a Firm Fixed Price Purchase Order under Simplified Acquisition Procedures (SAP) using FAR Part 12, Acquisition of Commercial Items. 460 CONS/LGCB, Buckley AFB, CO, has a requirement for purchase of the following items: LINE ITEM 0100: Altama Product # 6877, Black Ripple Soles. Height 10?. Sole Pattern: Ripple, Black Cotton duck and leather. Collar: Nylon Webbing. Outsole: Rubber, Ripple Design. Mid-sole: Full length polyurethane. Innersole: Triple layer super flex/ foam sandwich. Removable Innersole-Cambrelle covered molded polyurethane. Lacing system: Speed lace and Eyelets, Men?s Size: 7R, QTY 3 EA; UNIT PRICE: ___________ EXT PRICE: ___________; LINE ITEM 0101: Same as previous listed item with the exception of size. Men?s Size: 8R, QTY 10 EA, UNIT PRICE: _____________ EXT PRICE: ____________; LINE ITEM 0102: Same as previous listed item with the exception of size. Men?s Size: 8 1/2R, QTY 11 EA, UNIT PRICE:___________ EXT PRICE:_____________; LINE ITEM 0103: Same as previous listed item with the exception of size. Men?s Size: 9R, QTY 22 EA, UNIT PRICE: _____________ EXT PRICE: ____________; LINE ITEM 0104: Same as previous listed item with the exception of size. Men?s Size: 9 1/2R, QTY 35 EA, UNIT PRICE: _____________ EXT PRICE: ____________; LINE ITEM 0105: Same as previous listed item with the exception of size. Men?s Size: 10R, QTY 40 EA, UNIT PRICE: _____________ EXT PRICE: ____________; LINE ITEM 0106: Same as previous listed item with the exception of size. Men?s Size: 10 1/2R, QTY 26 EA, UNIT PRICE: _____________ EXT PRICE: ____________; LINE ITEM 0107: Same as previous listed item with the exception of size. Men?s Size: 11R, QTY 20 EA, UNIT PRICE: _____________ EXT PRICE: ____________; LINE ITEM 0108: Same as previous listed item with the exception of size. Men?s Size: 11 1/2R, QTY 10 EA, UNIT PRICE: _____________ EXT PRICE: ____________; LINE ITEM 0109: Same as previous listed item with the exception of size. Men?s Size: 12R, QTY 10 EA, UNIT PRICE: _____________ EXT PRICE: ____________; LINE ITEM 0110: Same as previous listed item with the exception of size. Men?s Size: 12 1/2R, QTY 7 EA, UNIT PRICE: _____________ EXT PRICE: ____________; LINE ITEM 0111: Same as previous listed item with the exception of size. Men?s Size: 13R, QTY 8 EA, UNIT PRICE _____________ EXT PRICE: ____________; LINE ITEM 0112: Same as previous listed item with the exception of size. Men?s Size: 14R, QTY 3 EA, UNIT PRICE _____________ EXT PRICE: ____________; LINE ITEM 0113: Same as previous listed item with the exception of size. Men?s Size: 16R, QTY 1 EA, UNIT PRICE _____________ EXT PRICE: ____________; LINE ITEM 0114: Same as previous listed item with the exception of size. Woman?s Size: 5 1/2R, QTY 7 EA, UNIT PRICE _______________ EXT PRICE ___________; LINE ITEM 0115: Same as previous listed item with the exception of size. Women?s Size: 6R, QTY 7 EA, UNIT PRICE: _____________ EXT PRICE: ____________; LINE ITEM 0116: Same as previous listed item with the exception of size. Women?s Size: 6 1/2R, QTY 7 EA, UNIT PRICE: _____________ EXT PRICE: ____________; LINE ITEM 0117: Same as previous listed item with the exception of size. Women?s Size: 7R, QTY 6 EA, UNIT PRICE: _____________ EXT PRICE: ____________; LINE ITEM 0118: Same as previous listed item with the exception of size. Women?s Size: 8R, QTY 7 EA, UNIT PRICE: _____________ EXT PRICE: ____________; LINE ITEM 0119: Same as previous listed item with the exception of size. Women?s Size: 8 1/2R, QTY 6 EA, UNIT PRICE: _____________ EXT PRICE: ____________; LINE ITEM 0120: Same as previous listed item with the exception of size. Women?s Size: 9R, QTY 3 EA, UNIT PRICE: _____________ EXT PRICE: ____________; LINE ITEM 0121: Same as previous listed item with the exception of size. Women?s Size: 9 1/2R, QTY 2 EA, UNIT PRICE: _____________ EXT PRICE: ____________; LINE ITEM 0122: Same as previous listed item with the exception of size. Men?s Size: 10 1/2W, QTY 3 EA, UNIT PRICE: _____________ EXT PRICE: ____________; LINE ITEM 0123: Same as previous listed item with the exception of size. Men?s Size: 9 1/2W, QTY 3 EA, UNIT PRICE: _____________ EXT PRICE: ____________; Estimated Delivery Date: _____________ ARO; FOB Destination Buckley AFB Colorado 80011-9509. BRAND NAME OR EQUAL: PROVIDE LITERATURE, DOCUMENTATION, AND SPECIFICATIONS FOR EQUAL PRODUCT. Contractor shall submit all applicable warranty information. The following provisions and clauses are hereby incorporated by reference: FAR 52.212-1 Instructions to Offerors--Commercial Items, FAR provision 52.212-3 Offeror Representations and Certifications - Commercial Items shall be completed and submitted with the proposal (complete provision in full text below), FAR clauses 52.212-4 Contract Terms and Conditions--Commercial Items, FAR52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items [52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate 1; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.225-16, Sanctioned European Union Country Services; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Statement of Equivalent Rates for Federal Hires; 52.222-44, Contract Work Hours and Safety Standards Act - Overtime Compensation; 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement ]. 252-204-7004 Required Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Terms [252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7036, Buy American?North American Free Trade Agreement Implementation Act?Balance of Payments Program]; 52.252-2, Clauses Incorporated by Reference, apply to this acquisition. In addition, the following provision is also applicable to this acquisition: 52.211-6 Brand Name or Equal. The full text of the FAR and DFARS can be accessed on the Internet at http://www.farsite.hill.af.mil. Parties responding to this solicitation may submit their quote in accordance with standard commercial practices. Detailed price breakdowns of submitted prices are encouraged. All quote must include the following information: Company?s complete mailing and remittance address, discounts for prompt payment, if any (e.g. 1% 10 days), the company?s CAGE Code, Dun & Bradstreet number, and Taxpayer ID number. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering best price. Potential contractors must be registered in the Central Contractor Registry, http://www.ccr.gov/ to be eligible for award. All responsible small business sources may submit an offer, which shall be considered by the agency. Offers are due no later than 4:00 PM MST 26 August 2003. Offers may be mailed to: 460 CONS/LGCB, Attn: M. Chad Gagon, 320 N. Beaver Creek St, MS92, Buckley AFB, CO 80011-9509. Offers may also be submitted via email to the following email addresses: michael.gagon@buckley.af.mil and susan.welch@buckley.af.mil, or faxed to (303) 677-6443, Attn: M. Chad Gagon. All inquiries shall be submitted via email to the above email addresses, or to M. Chad Gagon by phone at (303) 677-9882.
 
Place of Performance
Address: 320 N. Beaver Creek St. (MS 92), Buckley AFB, Aurora, CO
Zip Code: 80011
Country: USA
 
Record
SN00398628-W 20030814/030812213636 (fbodaily.com)
 
Source
FedBizOpps.gov 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.