SOLICITATION NOTICE
84 -- HAZMAT Boot requirement, sizes 4 through 13
- Notice Date
- 6/12/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 315999
— Other Apparel Accessories and Other Apparel 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
- W911S7-12-R-0014
- Response Due
- 6/27/2012
- Archive Date
- 8/26/2012
- Point of Contact
- Richard Brown, 573-596-0253
- E-Mail Address
-
MICC - Fort Leonard Wood
(richard.a.brown@us.army.mil)
- Small Business Set-Aside
- Total 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. Solicitation number W911S7-12-R-0014 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43 dated 02 August 2010. This is procurement is a set-aside for Small Business under NAICS 315966 with a size standard of 500 employees. Fort Leonard Wood, Missouri requires the following items. Description of Requirements: 1. Fort Leonard Wood, Missouri seeks a supplier to provide HAZMAT Boots, utilized in Hazardous Materials Training. The awarded contract is anticipated to be a Firm Fixed Price Requirements type contract with a base year and 4 option periods. All items shall be FOB Destination to Fort Leonard Wood, Missouri. Payment will be by the Government Purchase Card (GPC) All proposals/offers shall complete solicitation number W911S7-12-R-0014 and be submitted so as to arrive in government possession no later than 4:00 PM Central Daylight Savings time on 27 June 2012.. Basis for award is the vendor offering the lowest price, technically acceptable for the total requirement. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable and are incorporated by reference: 52.202-1 Definitions JAN 2012 52.203-3 Gratuities APR 1984 52.203-11 Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions SEP 2007 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-7 Central Contractor Registration FEB 2012 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.209-5 Certification Regarding Responsibility Matters APR 2010 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010 52.209-7 Information Regarding Responsibility Matters FEB 2012 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters FEB 2012 52.211-17 Delivery of Excess Quantities SEP 1989 52.212-1 Instructions to Offerors--Commercial Items FEB 2012 52.214-21 Descriptive Literature APR 2002 52.222-1 Notice To The Government Of Labor Disputes FEB 1997 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products FEB 2001 52.222-25 Affirmative Action Compliance APR 1984 52.223-6 Drug-Free Workplace MAY 2001 52.227-1 Authorization and Consent DEC 2007 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement DEC 2007 52.229-3 Federal, State And Local Taxes APR 2003 52.232-23 Alt I Assignment of Claims (Jan 1986) - Alternate I APR 1984 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.242-13 Bankruptcy JUL 1995 52.242-15 Stop-Work Order AUG 1989 52.247-34 F.O.B. Destination NOV 1991 52.253-1 Computer Generated Forms JAN 1991 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration Alternate A SEP 2007 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country JAN 2009 252.209-7002 Disclosure Of Ownership Or Control By A Foreign Government JUN 2010 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.225-7000 Buy American Act--Balance Of Payments Program Certificate DEC 2009 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.247-7022 Representation Of Extent Of Transportation Of Supplies By Sea AUG 1992 CLAUSES INCORPORATED BY FULL TEXT 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (MAR 2012) 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (FEB 2012) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (APR 2012) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (APR 2012) (DEVIATION) 52.216-1 TYPE OF CONTRACT (APR 1984) 52.216-18 ORDERING. (OCT 1995) 52.216-19 ORDER LIMITATIONS. (OCT 1995) 52.216-21 REQUIREMENTS (OCT 1995) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (APR 2012) - ALTERNATE I (APR 2011) 52.233-2 SERVICE OF PROTEST (SEP 2006) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (MAR 2012) 5152.209-4000 DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) Offerors are required to provide their Contractor's DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR) and willing to register in Wide Area Work Flow. All vendors must have a current Central Contractor Registration (CCR). Quotes are due no later than 4:00 P.M. Central Daylight Time on 27 June 2012. Quotes shall be submitted via e-mail to Richard.A.Brown@us.army.mil or via USPS or commercial delivery service to: MICC-ICO Ft. Leonard Wood, ATTN: Richard Brown; 561 Iowa Ave., Ft. Leonard Wood MO 65473-0140. All quotes shall reference solicitation number W911S7-12-R-0014 in the subject line. The point of contact for this solicitation is Richard Brown, Contract Specialist; phone (573) 596-0253 (collect calls will not be accepted). Inquiries will be addressed by email only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e08af881760eda9df0f9fe399467b038)
- Place of Performance
- Address: MICC - Fort Leonard Wood Directorate of Contracting, P.O. Box 140 Fort Leonard Wood MO
- Zip Code: 65473-0140
- Zip Code: 65473-0140
- Record
- SN02772844-W 20120614/120612234802-e08af881760eda9df0f9fe399467b038 (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 |