SOLICITATION NOTICE
84 -- EOD PPE - Request for Quotes Sheet
- Notice Date
- 8/9/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 315220
— Men's and Boys' Cut and Sew Apparel Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 5 CONS, 211 Missle Avenue, Minot AFB, North Dakota, 58705-5027, United States
- ZIP Code
- 58705-5027
- Solicitation Number
- FA4528-16-T-4031
- Archive Date
- 9/2/2016
- Point of Contact
- Ryan J. Nichols, Phone: 7017236935, Michael J. Solo, Phone: 701-723-7499
- E-Mail Address
-
ryan.nichols.11@us.af.mil, michael.solo.1@us.af.mil
(ryan.nichols.11@us.af.mil, michael.solo.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Request for Quotes Sheet Description: (i) 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. (ii) The solicitation number FA4528-16-4031 is being issued as a request for quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. (iv) This acquisition is 100 percent set aside for small businesses. The North American Industry Classification System (NAICS) code is 315220 with a size standard not to exceed 500 Employees (U.S.). (v) CLIN 0001 - 1 Each, MED-ENG HAL Backpack CLIN 0002 - 22 Each, Crye Precision Combat Shirt CLIN 0003 - 22 Each, Crye Precision Field Shirt CLIN 0004 - 22 Each, Crye Precision Combat Pants (vi) CLIN 0001 •- Lightweight tactical hook and line kit •- Set up for rapid and easy deployment, back ackable for dismount and flyway missions •- Must contain a lightweight reel with low stretch kevlar and ar least 80 different componets CLIN 0002 •- Multicam camouflage pattern •- Must be wicking, flame-resistant, and be rated mil-spec 50/50 NYCO ripstop •- Must incorporate removable elbow pad system •- Collar should feature a zipper •- include a double layer bicep pocket with a Velcro brand hook loop configuration, and eye-protection holder and pen pocket CLIN 0003 •- Multicam Camouflage Pattern •- Must be wicking, flame-resistant, and be rated mil-spec 50/50 NYCO ripstop •- Must incorporate removable elbow pad system •- Collar should feature a zipper •- Features should include a double layer bicep pocket with a Velcro brand hook loop configuration, and eye-protection holder and pen pocket CLIN 0004 •- Multiacm Camouflage Pattterm •- Padded waistband for wearer's comfort with low-profile adjustment system •- Should include 10 pockets to accommodate any gear needed during missions •- Includes removable knee pads with a flap that covers kneecap when they are not in use (kneepads need to be adjustable) •- Crotch should be gusseted •- Fabric must be rated at mil-spec flame-resistant 50/50 NYCO ripstop (vii) Place of delivery is Minot AFB, ND 58705 and is FOB destination. (viii) The provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. (ix) The provision 52.212-2, Evaluation-Commercial Items, applies to this procurement. The government will award a firm-fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: The other factors considered will be the ability to meet the salient characteristics of the items above. Award shall be based on best value to the government. (x) The government advises Offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Offerors are also reminded to complete Offeror Representations and Certifications on-line at https://www.sam.gov/portal/public/SAM/ prior to submitting an offer. (xi) Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (xii) Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable: 52.219-6, 52.222-3, 19, 21, 26, 36, 50, 52.223-18, 52.225-13, 52.232-33. (xiii) Additional FAR clauses and provisitions that apply are: 52.204-7, 13, 52.209-11, 52.211-6, 52.212-4, 52.225-25, and 52.232-40. Applicable DFARS clauses and provisions that apply are: 252.203-7000, 7002 7005, 7996, 7997, 252.204-7003, 7004 Alt A, 7008, 7011, 7012, 7015, 252.223-7008, 252.209-7998, 7999, 252.211-7003, 252.225-7001, 252.232-7003, 7006, 7010, 252.244-7000, and 252.247-7023. Applicable AFFARS clauses that apply are 5352.201-9101 and 5352.223-9000. (xiv) There is no Defense Priorities and Allocations System (DPAS) rating applicable for this procurement. (xv) All offerors must submit a quote by 2:00 pm Central Daylight Time on Thursday, 18 August 2016. Quotes received after that time may not be considered. (xvi) Any questions regarding this notice should be directed to A1C Ryan Nichols, 5 CONS/LGCS, 165 Missile Avenue, Minot, ND 58705, (701) 723-3260, or by email to ryan.nichols.11@us.af.mil. The alternate contact is SSgt Solo at (701) 723-7499 or email michael.solo.1@us.af.mil. The response to this solicitation may be accomplished by mail, electronically, or facsimile. The fax number is (701) 723-4172.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/45a2c2d270dea2ed8125cd521bf95216)
- Place of Performance
- Address: Minot AFB, Minot AFB, North Dakota, 58705, United States
- Zip Code: 58705
- Zip Code: 58705
- Record
- SN04215061-W 20160811/160809234852-45a2c2d270dea2ed8125cd521bf95216 (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 |