MODIFICATION
83 -- Back Packs and briefcases
- Notice Date
- 7/7/2015
- Notice Type
- Modification/Amendment
- NAICS
- 314910
— Textile Bag and Canvas Mills
- Contracting Office
- USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
- ZIP Code
- 39208-8860
- Solicitation Number
- W9127Q-15-T-0017
- Response Due
- 7/13/2015
- Archive Date
- 9/5/2015
- Point of Contact
- Laurie C. Morris, 601-313-1698
- E-Mail Address
-
USPFO for Mississippi
(laurie.c.morris3.civ@mail.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. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number W9127Q-15-T-0017 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2005-81, effective 10 April 2015 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20150420 dated 20 April 2015. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as a 100% small business set aside acquisition. The North American Industrial Classification System Code is 314910 and 314999 with a small business size standard of 500. The United States Property and Fiscal Office for Mississippi-Contracting Office, Flowood, MS intends to issue one (1) firm fixed price purchase order. Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) as follows: CLIN 0001 - OUTDOOR GEAR BACK PACK - QTY: 1500 MUST MEET OR EXCEED THE FOLLOWING REQUIREMENTS: Colors: MultiCam 23 liter compact tactical backpack Hydration compatible sleeve with top port hole Dual side drawstring accessory or water bottle holders Large master compartment with internal dividers and slip pockets Zippered secondary compartment with admin organizer Molle webbing platform on face and sides for customizing with additional gear Constructed of durable 600 denier polyester Internal Capacity: Up to 1,999 cu. in. (1400 cubic inches) Dimensions: 18 quote mark x 10 quote mark x 9 quote mark Weight: 2 lbs, 1 oz Material: 600D Polyester Warranty: Lifetime against manufacturer's defects. Linear Inches: 37 quote mark MSARNG Stacked Logo Black Stitch Logo Placement: Lower/Right Pocket; located on metal loop side CLIN 0002 - TAC BRIEFCASE QTY: 50 MUST MEET OR EXCEED THE FOLLOWING REQUIREMENTS: Versatile design for patrol, storage or executive applications Padded storage for laptop up to 15.4 quote mark screen size Divided interior pockets for organization Bottom is waterproof non-slip rubber to protect contents Sturdy zipper pouches for pens, phone, small notebook and business cards Exterior vinyl window for ID Military-grade #10 YKK zippers with durable easy grip pulls contain self healing system Detachable shoulder strap with comfort padding Durable handles of military-grade webbing Metal loops for keys or other attachments Lifetime Warranty Size: 19 quote mark x 11 quote mark x 8 quote mark Main Compartment: 15.5 quote mark x 4 quote mark x 11 quote mark Color: Olive Green MSARNG Stacked Logo Black Stitch Logo Placement: Lower/Right Pocket; located on metal loop side DELIVERY DATE: 30 DAYS ADC SHIP TO ADDRESS: 1410 RIVERSIDE DRIVE, JACKSON, MS 39202 BASIS OF AWARD: A purchase order will be awarded to the responsible offeror whose proposal conforms to the solicitation and considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the proposals: (1) Technical Acceptability and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. Price evaluation shall be based on the lowest reasonable evaluated price. Price will always be an important factor. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor. Quotes are due no later than 3:00 P.M. CDT, 07 JUL 2015, to USPFO-MS-PC, Attn: Laurie Morris, 144 Military Drive, Flowood, MS 39232-8861. Quotes can be emailed to laurie.c.morris3.civ@mail.mil or faxed to 601-313-1569. SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register on line go to http://www.sam.gov/. APPLICABLE CLAUSES/PROVISIONS: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights FAR 52.212-1, Instructions to Offerors, Commercial Items FAR 52.212-2, Evaluation-Commercial Items FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Note: Offerors are to provide a completed copy of the representations and certifications contained in this provision) FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.232-33, Payment by Electronic Funds Transfer/ Central Contractor Registration FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference FAR 52.228-5, Insurance - Work on a Government Installation DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7004, Alternate A, System for Award Management DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law DFARS 225-225-7000, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and specifically the following FAR clauses are applicable: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Set Aside 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer - System for Award Management Contracting Office Address: The United States Property and Fiscal Office for Mississippi-Contracting Office 144 Military Drive Flowood, MS 39232 Primary Point of Contact: Laurie C. Morris - 601-313-1698 laurie.c.morris3.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-15-T-0017/listing.html)
- Place of Performance
- Address: USPFO for Mississippi 144 Military Drive, Jackson MS
- Zip Code: 39208-8860
- Zip Code: 39208-8860
- Record
- SN03787934-W 20150709/150708000049-acac7e0f9f19cc842855f42541aa000c (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 |