SOLICITATION NOTICE
42 -- Struximity Firefighting Boots
- Notice Date
- 8/10/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 315999
— Other Apparel Accessories and Other Apparel Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
- ZIP Code
- 32925-3238
- Solicitation Number
- FA2521-12-Q-A008
- Archive Date
- 9/1/2012
- Point of Contact
- james m figlan, Phone: 3214949949, Linda L. Brantley, Phone: 321-494-5229
- E-Mail Address
-
james.figlan@us.af.mil, linda.brantley@us.af.mil
(james.figlan@us.af.mil, linda.brantley@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitation 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. The solicitation number FA2521-12-Q-A008 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-36. This is a set-aside for 100% Small Business. The North American Industry Classification System (NAICS) code for this project is 315999 with a size standard of 500. Item Description Qty Unit Unit Price Total Amount 0001 Honeywell PRO Series 5050 110 PR Struximity Firefighting boot "or equal" CLIN 0001: 110 pairs of various size structural and proximity (ARFF) firefighting boots. Sizes are as follows: 6.5 (2pr), 8 (4pr), 8.5 (4pr), 9.0 (4pr), 9.5 (2pr), 10.0 (8pr), 10.5 (8pr), 11W (4pr), 11.5 (8pa), 11.0 (8pr), 12.0 (20pr), 12E (2pr), 13.0 (22pr), 14W (2pr), 14.0 (6pr), 15EW (2pr), 12.5 (4pr). Series Model 5050 Stuximity Leather Boots "or equal" Equal Products Must Meet the Following: Must Meet: NFPA 1971,2007 for structural and proximity firef6193ighting. Must be Leather Fire-resistant and waterproof JP-8 Fuel tolerant (jet-fuel) Protection against thermal, radiant, moisture, chemical pathogen, abrasion, and ANTIBACTERIAL protection. Dual purpose (structural and proximity combination ONLY) ****Include all spec sheets, diagrams, and written documentation to prove why your product meets or exceeds Honeywell PRO Series 5050**** Estimated Delivery Time: 20 days ADC Warranty: Provide warranty information FOB: Destination Ship to address: 45 CES/CEPMD (F3K3DK) 1142 JUPITER ST, MS 9125, BLDG 535 PATRICK AFB FL 32925 NOTE TO OFFERORS: In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly labeled the item GSA or open market. FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following addendem applies: RFQ due date: 17 August RFQ due time: 1:00 EST (1300) Fax RFQ to 321-494-6193 E-mail RFQ to james.figlan@us.af.mil Or mail to; 45th Contracting Squadron Attn: RFQ Number 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 DUNS Number Cage Code Tax ID Number *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required to determine size of business for the NAICS referenced above All questions regarding this solicitation must be fax to 321-494-9949 or e-mailed to james.figlan@us.af.mil by 1:00 pm EST (1300) Wednesday August 15, 2012 All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All companies must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government will not provide contract financing for this acquisition. WAWF instruction shall be provided at time of award FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and the following evaluation is applicable: Brand Name or Equal: The item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation, clearly identify the item by brand name and make or model number. Include descriptive literature such as illustrations and drawings. The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with it's Alternate I, applies to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV), Additionally, the following FAR clauses cited in 52.212-5 are applicable: (Use the Commercial clause Matrix at: http://45conapp/bg/ ) FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.219-28 - Post-Award Small Business Program Representation. FAR 52.222-3 -- Convict Labor. FAR 52.222-19 -- Child Labor-Cooperation With Authorities and Remedies. FAR 52.222-21 -- Prohibition of Segregated Facilities. FAR 52.222-26 -- Equal Opportunity. FAR 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act. FAR 52.222-50 -- Combating Trafficking in Persons. FAR 52.223-15 - Energy Efficiency in Energy-Consuming Products. FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13 -- Restrictions on Certain Foreign Purchases. FAR 52.225-25 -- Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification. FAR 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration. FAR 52.233-1 -- Disputes. FAR 52.233-3 -- Protest After Award. FAR 52.233-4 -- Applicable Law for Breach of Contract Claim. FAR 52.247-64 -- Preference for Privately Owned U.S.-Flag Commercial Vessels. DFARS Clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV), Additionally, the following FAR clauses cited in 252.212-7001 are applicable: (Use the Commercial clause Matrix at: http://45conapp/bg/ ) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.204-7011 Alternative Line Item Structure. DFARS 252.211-7003 Item Identification and Valuation DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings. DFARS 252.225-7036 Buy American Act-Free Trade Agreements--Balance of Payments Program, Alternate I (Oct 2011) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.247-7023 Transportation of Supplies by Sea, Alt III (May 02) The following AFFARS clause is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman with the following fill-in: HQ AFSPC/A7K, Contracting Division, 150 Vandenberg St. Ste 1105, Peterson AFB CO 80914-4350, Phone: 719-554-5250, Email: AFSPC.A7K@peterson.af.mil. AFFARS 5352.242-9000, Contractor Access to Air Force Installations The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil. Approved by the Contracting Officer ___________________________________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-12-Q-A008/listing.html)
- Place of Performance
- Address: Patrick Air Force Base, PAFB, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN02834666-W 20120812/120810235724-63ff460a2bea937068fabb2cf19d050d (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 |