SOLICITATION NOTICE
84 -- Cold Weather Gear
- Notice Date
- 12/4/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 5330 Valdez Circle, Dugway Proving Grounds, UT 84022
- ZIP Code
- 84022
- Solicitation Number
- 0010263273
- Response Due
- 12/20/2012
- Archive Date
- 6/18/2013
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- 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.The solicitation number is 0010263273 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-61. The associated North American Industrial Classification System (NAICS) code for this procurement is 315220 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-12-20 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Dugway Proving Pround, UT 84022 The MICC Dugway Proving Ground requires the following items, Brand Name or Equal, to the following: LI 001, Black, Mens Tactical Stealth Beanie Must meet or exceed the Under Armour Tactical Stealth Beanie style # 1219736 One Size fits all Black in color Tactical Wicking mesh interior., 40, EA; LI 002, Black, Mens Tactical Coldgear Longsleeve Must meet or exceed the Under Armour Tactical Tactical Coldgear longsleeve style # 1216003 Double-knit fabric. Brushed poly interior with a durable nylon exterior resists wind and cold. 4-Way Stretch fabrication for mobility and accelerated dry time, while maintaining shape. Anti-Odor technology prevents the growth of odor-causing microbes Ergonomic seams, moved off of high-friction areas, eliminate chafing. *Please See Attached Sizing and Quantity Chart for details., 40, EA; LI 003, Black, Mens Tactical Coldgear Compression Leggings Must meet or exceed the Under Armour Coldgear Comprssion leggings style # 1216004 The fundamentals Dual-layer EVO for a durable, slick, fast-drying exterior Ultra-brushed interior is soft to the touch and traps warmth Lightweight, 4-Way Stretch fabrication Moisture Transport System Smooth Flatlock Seams Working fly and performance waistband. *Please See Attached Sizing and Quantity Chart for details., 40, EA; LI 004, Black, Mens UA Base 4.0 Base-layer crew Must meet or exceed the Under Armour Base 4.0 crew style # 1230817 Soft, brushed negative grid interior 4-Way Stretch fabrication Moisture Transport System Quick-dry fabrication Anti-Odor technology Raglan sleeve construction and flatlock stitching 7.5 oz. Polyester/Elastane. *Please See Attached Sizing and Quantity Chart for details., 40, EA; LI 005, Black, Mens UA Base 4.0 Leggings FFP Must meet or exceed the Under Armour Base 4.0 Leggings style # 1230821 Soft, brushed negative grid interior traps hot air, providing superior warmth Soft, brushed negative grid interior 4-Way Stretch fabrication Moisture Transport System Quick-dry fabrication Anti-Odor technology 7.5 oz. Polyester/Elastane. *Please See Attached Sizing and Quantity Chart for details., 40, EA; LI 006, Black, Mens UA Tactical Liner Gloves Must meet or exceed the Under Armour Tactical Liner Glove Style # 1230769 Dual-layer fabric 4-Way Stretch fabrication Moisture Transport System Anti-Odor technology prevents the growth of odor causing microbes Silicone palm for grip Tactical logo 6.8 oz. Nylon/Polyester/Elastane. *Please See Attached Sizing and Quantity Chart for details., 40, EA; LI 007, Black, Mens ECW2 Winter Ops Glove ECW2 Winter Ops Glove by Blackhawk Material The glove shall be constructed of these basic materials: 1. SHELL: 330D TASLAN : 100% NYLON (WEIGHT : 198GRAMS/YARD / 6.88 OZ) WITH POLYURETHANE COATING FOR WATER RESISTANCE (25G) 2. PALM REINFORCEMENT: BACKING: 65% POLYESTER, 35% RAYON (KNITTED); 100% PVC SURFACE 3. LINING: i. 100% POLYESTER TRICOT; WEIGHT: 180GM/YD ii. KINGWHALE KW-1370A POLAR FLEECE, 100% POLYESTER; WEIGHT: 450G/YARD 4. INDEX FINGER REINFORCEMENT: 0.60-0.80mm GOAT SKIN LEATHER 5. LYCRA : 85% NYLON + 15% SPUN (WEIGHT : 320GRAMS/YARD / 11.3 OZ) 6. PADDING : 100% POLYESTER (WEIGHT : 113GRAMS / 4 OZ) 7. INSULATION: 200G FIBERFILL (POLYACRYLATE17% POLYESTER(PET)83%) 8. WATERPROOF BARRIER: HIPORA BETA INSERT, 100% POLYURETHANE FILM 9. STRING : POLYPROPYLENE (WIDTH : 8mm, WEIGHT : 6.5GRAMS/M) 10. THREAD : 100% NYLON 2PLY 11. ELASTIC BAND : POLYPROPYLENE (WIDTH : 15mm) 12. ELASTIC BAND : POLYPROPYLENE (WIDTH : 20mm) 13. ELASTIC STRING # # 0.5MM / 12PLY (NATURAL RUBBER) The shell shall be constructed of 330D 100% Taslan Nylon, water resistance treated with 2 coats of polyurethane (25G) to impart durable water, oil and stain resistant properties,. The thread securing the nylon shell shall be 2-ply nylon, inside stitched. The stitch count shall be a minimum of 12-13 stitches per inch. The glove shall be insulated with 200 gram fiberfill Insulation and contain a Hipora?? Beta breathable, waterproof, polyurethane film throughout for waterproof protection. The glove shall be lined with Fleece and tricot mesh for warmth and moisture-wicking comfort. The palm and inside of the fingers shall have a textured synthetic rubber reinforcement layer for enhanced dry and wet grip The hand portion of the glove shall be separated from the cuff portion by a 15mm wide polypropylene elastic band, sewn with # 0.5MM / 12ply natural rubber string, to provide a snug fit and prevent snow, debris, or cold air to enter into the hand portion of the glove. The cuff shall be tapered with a 20mm wide polypropylene elastic band, sewn with # 0.5MM / 12ply natural rubber string which can expand in diameter to fit over the end of a jacket/coat cuff, thus preventing cold air from entering the wearer#s jacket/coat sleeve. The index finger shall be of a box-tip configuration and shall be narrower than the other fingers with a goatskin leather gusset to reduce bulk and facilitate effective weapon operation. Sewn to the back side of the middle finger shall by a nylon web loop to facilitate easy removal of the glove. The right and left glove shall have a nylon buckle system allowing the gloves to be linked together for transport *Please See Attached Sizing and Quantity Chart for details., 40, EA; LI 008, Black, Mens Darn Tough Boot Sock moisture-wicking, engineered with naturally anti-microbial naturally flame resistant merino wool. 14021 Merino Wool Boot Sock Standard Cushion Available 66% Merino Wool, 32% Nylon, 2% Lycra Spandex cushioned Merino wool mid-calf boot sock terry loop cushioning surrounds calf and foot bottom for support. Reinforced heel and toe. knit with fine gauge merino wool *Please See Attached Sizing and Quantity Chart for details., 160, Pair; LI 009, Black, Mens UA Tactical Softshell Jacket FFP Must meet or exceed the Under Armour Tactical Softshell Jacket style # 1227372 Wind-resistant materials Breathable, water-resistant fabric Lightweight, 4-Way Stretch construction Moisture Transport System Shoulder pocket Side pockets provide storage and hand warmth Adjustable cuffs deliver a custom fit Nylon/Polyester/Elastane *Please See Attached Sizing and Quantity Chart for details., 40, EA; LI 010, Black, Mens UA Coldgear Tactical Hood One size fits all Must meet or exceed the Under Armour cold gear tactical hood style # 1219737 Quick-drying, ultra-warm fabric Form-fitting balaclava style performs on its own or under a helmet Moisture Transport System Drop chin Easily converts to neck gaiter, 40, EA; LI 011, 5.11 Tactical Patrol Rain Pant Dark Navy FFP 5.11 Rain Pants are made of high-performance water-resistant/breathable fabric. #Fully seam sealed and lined construction #High-rise waistband #Keeper+ belt loops support duty-belt wear #Abrasion-resistant nylon on knees and lower legs #Articulated knees #Gusseted crotch #Cargo pockets and pass-through front pockets. *Please See Attached Sizing and Quantity Chart for details., 40, EA; LI 012, Intrepid Glacier Black Boot Durable water and wind resistant PU backed synthetic textile upper Built-in gaiter with barrel lock closure system Removable 13mm ThermoPlus felt InnerBoot 25mm bonded felt frost plug Removable 13mm Sorel Meltdown Midsole Handcrafted waterproof vulcanized rubber shell Sorel AeroTrac non-loading outsole Shaft Height: 16 in / 40.6 cm Weight: 42 oz / 1191 g Sorel rated: -100? fahrenheit / -73? celsius LINING 13mm Thermoplus felt MIDSOLE 13mm Sorel Meltdown Midsole SHELL Vulcanized rubber OUTSOLE Sorel AeroTrac *Please See Attached Sizing and Quantity Chart for details., 40, Pair; LI 013, 5.11 5 in 1 tactical Jacket, Dark Navy Must meet or exceed 5.11 5 in 1 tactical Jacket 5.11#s Back-up Belt System# High Performance waterproof breathable nylon Fleece liner is wind-resistant fleece, stylish Sleeves can be zipped off and the body of the fleece worn as a vest Side zippers allow access to your duty belt Pull-out ID panels can be removed for imprinting Removable badge holder Radio microphone loops at shoulder Hand-warmer pockets, sleeve pockets and large rear pocket Removable and stowable hood Includes A.N.S.I. II reflective vest *Please See Attached Sizing and Quantity Chart for details., 10, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Dugway Proving Ground intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Dugway Proving Ground is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions. New equipment ONLY, NO remanufactured products. FOB Destination CONUS (CONtinental U.S.). No partial shipments unless otherwise specified. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The selected Offeror must comply with the following commercial item terms and conditions. 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government?s Interest When Subcontracting with Contractor?s Debarred, Suspended. Or Proposed for Debarment; 52.219-6 Notice of total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict labor (June 2003)(E.O. 1175); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Aug 2007)(E.O. 13126); 52.222-21 Prohibition of Segregated Facilities 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer?Central Contractor registration 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006)(E.O.S, Proclamations, and Statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) The selected Offeror must comply with the following commercial item terms and conditions. 252.225-7001, 252.203-7000,Requirements relating to Compensation of Former DoD Officials; 252.211-7003, Item Identification and Valuations Buy American Act and Balance of Payments Program (JUN 2005)(41 U.S.C. 10a-10d, E.O. 10582); 252.227-7015, Technical Data--Commercial Items; 252-227-7037, Validation of Restrictive Markings on Technical Data; 252-232-7003, Electronic Submission of Payment Requests and 252-247-7023, ALT III, Transportation of Supplies by Sea U.S. Army Dugway Proving Ground operates on a four (4) day work week, Monday through Thursday, from 7:00 A.M. to 5:30 P.M. (local time) except for Federal Holidays. Deliveries will be accepted on regular scheduled work days between 7:00 A.M. and 4:30 P.M. (local time). The following Federal Holidays are observed: (a)January 1st(f)1st Monday in September (b)3rd Monday in January(g)2nd Monday in October (c)3rd Monday in February(h)November 11th (d)Last Monday in May(i)4th Thursday in November (e)July 4th (j)December 25th When any of the above holidays fall on a Sunday, the following Monday will be observed as the holiday; when a holiday falls on a Friday or Saturday the preceding Thursday is observed as the holiday. Access to U.S. Army Dugway Proving Ground (DPG) requires that Contractor employees voluntarily submit personal data (e.g., name, social security number, etc.) when applying for a DPG Identification Card or temporary access pass. This information is routinely used by DPG Law Enforcement and Security personnel to conduct drivers license and criminal history / background checks. Adverse information revealed by such checks (e.g., outstanding criminal warrants, criminal history indicating a potential risk to DPG Installation security, or similar negative information indicating a potential security and/or Law Enforcement risk to DPG), may result in a denial of access and/or reentry to U.S. Army Dugway Proving Ground. Delays caused by any adverse employee information do not constitute a basis for claim by the Contractor. It is the Contractor?s responsibility to assure all personnel scheduled to work on the installation have acceptable backgrounds. U.S. Army Dugway Proving Ground is located in a remote area. The main gate is approximately 90 miles southwest of Salt Lake City, Utah. Contractors may be required to travel up to 150 miles one way from Salt Lake City to reach some work sites. Contractors with valid U.S. government contracts will be allowed to hire non U.S. citizens to work at or visit U.S. Army Dugway Proving Ground (DPG) during performance of the contract. Contractor?s shall adhere to the following process. A list of foreign national employees shall be provided to the DPG Counterintelligence, Law Enforcement, and Security Offices at least five (5) working days prior to arrival on post. A copy of the list shall also be submitted to the Contracting Officer or an appointed Contracting Officer?s Representative (COR). The list will contain name, nationality, green card and social security number, date of birth, drivers license number and state where issued. The Contractor shall also list the date(s) foreign nationals will be on post. If a sensitive test or visit is scheduled during the dates provided, the Counterintelligence Office will inform the Contractor whether the work/visit may take place. Employees will not be allowed on Post until verification process is complete. Once verification has been received, the Counterintelligence Office is responsible to provide the Protocol Office the following information for badge preparation: Name, Company and Point-of-Contact. The Contracting Officer or COR will be responsible to pick-up the badges and holders, issue them to the visitor and return them at the end of the visit. Questions concerning this buy must be submitted at least 3 days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date may not be considered. 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that ? (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal conviction under a Federal law within the preceding 24 months. (End of provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/89c28f1f462f10eccc0f0098ed73526e)
- Place of Performance
- Address: Dugway Proving Pround, UT 84022
- Zip Code: 84022
- Zip Code: 84022
- Record
- SN02942097-W 20121206/121204235236-89c28f1f462f10eccc0f0098ed73526e (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 |