Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 10, 2020 SAM #6860
SOLICITATION NOTICE

83 -- STS Cold Weather

Notice Date
9/8/2020 7:14:30 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315220 — Men's and Boys' Cut and Sew Apparel Manufacturing
 
Contracting Office
W7NA USPFO ACTIVITY KYANG 123 LOUISVILLE KY 40213-2614 USA
 
ZIP Code
40213-2614
 
Solicitation Number
W50S8L-20-Q-5025
 
Response Due
9/11/2020 11:00:00 AM
 
Archive Date
09/26/2020
 
Point of Contact
Glennquetta Odom, Phone: 5024134617, Amanda Blackburn, Phone: 5024134030
 
E-Mail Address
glennquetta.d.odom.mil@mail.mil, amanda.l.blackburn2.mil@mail.mil
(glennquetta.d.odom.mil@mail.mil, amanda.l.blackburn2.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
UNFUNDED: **** THIS IS AN UNFUNDED ITEM, PURCHASE IS PENDING AVAILABILITY OF GOVERNMENT FUNDING**** PLEASE MAKE ALL QUOTE SUBMISSIONS VALID THROUGH SEPTEMBER 30TH 2020. Please indicate all OPEN MARKET items you are quoting. Please provide DUNS#, Cage Code, TAX ID, GSA Schedule#, and lead time. As this is a Department of Defense purchase request, all offered products must comply with the Buy American Act (FAR Section 25.1 and FAR 25.2) All line items will accept a meets, exceeds, or an OR Equal item. Or Equal (All items requested will accept a meets, exceeds, or an Or Equal item.) Please confirm that your items are on your GS Schedule or if they are Open Market. As this is a Department of Defense purchase request, all offered products must comply with the Buy American Act (FAR Section 25.1 and 25.2) Pending Availability of Funds. Please make quotes good through 30 September 2020. Please include Lead Time, Tax ID, DUNS #, and any Shipping charges that may apply. Award will be based on Lowest Price Technically Acceptable (LPTA) FBO Announcement: Combined Synopsis/Solicitation Action Code: Subject: STS Cold Weather Gear Solicitation Number: W50S8L-20-Q-5025 Response Date: SEPTEMBER 3, 2020 Contact Points: Glennquetta Odom Delivery shall be FOB Destination for the following items no later than 30 days ADC: Kentucky Air National Guard 1101 Grade Lane Louisville, KY 40213 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6- Streamlined Procedures for evaluation and solicitation for Commercial Items- as Supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a separate written solicitation document will not be issued. The solicitation is being issued using Simplified Acquisition Procedures. � This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC-2019-01) Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. All responses to the questions will be made in writing, without identification of the questioner, and be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. The associated North American Industrial Classification System (NAICS) code for this procurement is 315220 with a small business size standard of 750 employees. This acquisition is being procured using full and open competition and all interested parties may submit a quotation for consideration *** All interested Contractors shall provide a quote for the following: Background: All Items must be new. Porotypes, demonstration models, used, or refurbished equipment will not be considered for award. All items requested will accept an OR EQUAL item. GSA quotes received will take precedence over any open market quotes per FAR part 8 Price Schedule: All offerors shall provide a quotation for the following line items: � Product Name������������ ����������������������������������������������������������� Part # 0001 �� 30 each ����������� satoro ar zip neck LS��� ����������������������� 16269 ����������� Item 1:� # 16269 ARCTERYX SATORO AR ZIP NECK LS -���������� A men�s midweight Merino wool base layer designed for prolonged backcountry use, Satoro AR Zip Neck leverages the advanced fabric technology of Nucliex� STR 180 wool. Each Nucliex� yarn is created by wrapping Merino fibres around a nylon filament to combine the natural comfort, efficiency and odour resistance of wool with the strength and durability of the nylon core. Elastane fibres maintain the next-to-skin fit. The tall collar adds warmth, and a deep V-neck unzips for rapid ventilation. 0002��� 30 each ����������� arcteryx satoro ar bottoms�������� ����������� 16272 ����������� Item 2: #16272 Arcteryx Satoro AR bottom -���������� A midweight Merino wool base layer bottom designed for prolonged all-round backcountry use, the Satoro AR leverages the advanced fabric technology of Nucliex� STR 180 wool. Each Nucliex� yarn is created by wrapping Merino fibres around a nylon filament to combine the natural comfort, efficiency and odour resistance of wool with the durability of the nylon core. Elastane fibres maintain the next-to-skin fit for maximum thermal efficiency and efficient moisture transfer. 0003��� 30 each ����������� rho ar zip neck ����������������������������������� 11272 ����������� Item 3: #11272 Arcteryx Rho AR Zip neck ������������� -Excellent midlayer for aerobic activities or expedition weight insulation for cold winter sports. Form fitting versions for men and women feature Polartec� Power Stretch�, which wicks moisture and prevents constriction. Thermally efficient zip neck foundation piece suited to cold temperatures, slower paced activities. Plush interior has rich, warm texture. Trim, next-to-body fit and elastane content increases thermal efficiency by keeping fabric in constant contact with the body. Zip neck opens to aid rapid temperature regulation. 0004��� 30 each ����������� rho ar bottom�� ����������������������������������� 11274 ����������� Item 4- #11274 Arcteryx Rho AR bottom -���������� Thermally efficient foundation layer bottom suited to cold temperatures and slower paced activities. Plush interior has rich, warm texture. Trim, next-to-skin fit and elastane content increases thermal efficiency by keeping fabric in constant contact with the body 0005��� 30 each ����������� cerium lt vest��� ����������������������������������� 18015 ����������� Item 5- #18015 Arcteryx Cerium LT VEST -���������� A minimalist down vest providing a high level of core warmth for very little weight, the Cerium LT performs as a midlayer or standalone in cool, dry conditions. Premium 850 fill down is resilient and warm, the Arato� 10 shell provides lightweight durability, and Down Composite Mapping� strategically places Coreloft� synthetic insulation in moisture-prone areas. The trim fit layers easily under a shell, and the sewn-through construction further reduces weight and increases packability. 0006��� 30 each ����������� atom lt hoody�� ����������������������������������� 24477 ����������� Item 6: #24477 Arcteryx Atom Lt Hoody Mens -���������� If you have one, you know: this is one of our most trusted, best loved hoodies. Delivering proven, versatile performance as a midlayer or standalone, the Atom LT provides effective warmth for low-output and start-stop activities. Light, resilient and compressible, Coreloft� synthetic insulation performs even if wet, and the hybrid outer combines wind protection at the body with breathable stretch fleece panels at the sides. The result is a highly versatile piece that performs across a range of conditions and activities. 0007��� 30 each ����������� kappa hoody���� ����������������������������������� 18026 ����������� Item 7: #18026 Arcteryx Kappa Hoody -���������� The versatile Kappa is specifically designed for active pursuits in cold weather. Thermally efficient, air-permeable Coreloft� insulation provides warmth, and the durably windproof, water resistant, highly breathable, fully taped GORE THERMIUM� shell sheds snow and light rain. Articulated patterning elevates ergonomic freedom, and the insulated helmet-compatible StormHood� rotates with the head for unimpeded visibility. 0008��� 30 each ����������� zeta lt jacker���� ����������������������������������� 16287 ����������� Item 8: #16287 arcteryx Zeta LT Jacket -���������� Hardwired for the trail, the Zeta AR Jacket is built for exploring big terrain. Made from durable and weatherproof N70p 3L GORE-TEX fabric with GORE C-KNIT� backer technology to create a jacket that is exceptionally supple, quiet and comfortable. The trim fit keeps the shell close to the body to improve the fabric breathability, but leaves room for light layers. Articulation in the sleeves and gusseted underarms enhance freedom of movement. The hip length extends coverage and rides comfortably under a hipbelt. WaterTight� pit zippers aid rapid ventilation and a low StormHood� give full protection and cinches securely with a single adjuster. An internal laminated pocket stows a smartphone or wallet, and two hand pockets with WaterTight� zippers are accessible while wearing a pack. 0009��� 30 each ���������� zeta lt pant������� ����������������������������������� 21777 ����������� Item 9- #21777 Arcteryx Zeta SL Pant -���������� Summer hiking and trekking involves unpredictable mountain weather. The Zeta SL Pant is designed specifically as an emergency shell for hiking. It packs up small so it's ready whenever sudden storms arise. This superlight, packable, emergency waterproof pant is made from GORE-TEX fabric with Paclite� Plus product technology. The minimalist design and fully articulated patterning gives an exceptional fit and freedom of movement. A zippered fly with a snap closure has an adjustable webbing closure for a secure fit over a layer. The 3/4 length WaterTight� lower leg zippers ease on/off with boots. � Provisions and Clauses: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html or http://farsite.hill.af.mil Provisions 52.204-7 System for Award Management 52.212-1 Instructions to Offerors- Commercial Items 52.212-2 Evaluation- Commercial Items contracting officer may insert provision when evaluating other factors are required 52.212-3 Offerors Representations and Certifications-Commercial Items 52.225-18 Place of Manufacture 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications Clauses The following FAR clauses apply to this acquisition and will be incorporated into the resultant contract. FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html or http://farsite.hill.af.mil � 52.204-10 Reporting Executive Compensation 52.204-13 System for Award Management 52.204-19 Incorporation by Reference of Representations and Certificates 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.212-4 Contract Terms and Conditions- Commercial Items 52.222-50 Combatting Trafficking in Persons (FEB 2009) (22 U.S.C.7104(g)) 52.222-3 Convict Labor (June2003) (E.O. 11755) 52.222-19 Child Labor- Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246) 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513) 52.225-1 Buy American Supplies 52.225-3 Buy American Free Trade Agreements Israeli Trade Act Certificate Alternate I 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (E.O. proclamations, and statues administered by the Office of Foreign Assets Control of the Department if the Treasury) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) ( 931 U.S.C. 3332) 52.216-24 Limitation of Government Liability 52.216-25 Contract Definitization 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran- Representations and Certifications 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Contractors 52.233-3 Protests After Award (AUG 1996) ( 31 U.S.C. 3553) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.244-6 Subcontracts for Commercial Items 52.247-34 FOB Destination � 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.211-7003 Item Unique Identification and Valuation 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. (Jun 2012) 252.232-7006 Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 252.225-7048 Export-Controlled Items (Jun 2013) Clauses incorporated by Full Text FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (OCT 2010) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor�s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause� (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110- 252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) Reserved (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010) (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) _X_ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). (14)(i) _X___ 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (JUL 2009) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). (25)(i)_X_ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (26) _X_ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (4) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (5) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) � � For offers to be considered at a minimum all RFQs must include the following: Completed Representations /Certifications (SAM), Completed Pricing Schedule, Completed Acknowledgement of Terms and Conditions. Offerors shall submit quotations to 123rd Contracting Office, no later than Thursday, September 3, 2020 at 2:00PM EST.FAX quotations shall not be accepted. E-mail quotations shall be accepted at glennquetta.d.odom.mil@mail.mil. Please reference the RFQ number in the subject line of email communications. Offerors� quotations shall not be deemed received by the Government until the quotation is entered in the e-mail box set forth above. Please make all quotes valid through September 30th 2020. Also, include DUNS, Cage code, Tax ID, Shipping & Lead Time for items. The point of contact for this solicitation is Glennquetta Odom, (502) 413-4617 if any additional information is required. Evaluation Award shall be made to the vendor based on lowest priced, technically acceptable. Technically acceptability means that the quote meets all of the stated minimum specifications. The Government shall evaluate price for reasonableness.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ee2797e3a54b4c0da51243b73444fd4d/view)
 
Place of Performance
Address: Louisville, KY 40213, USA
Zip Code: 40213
Country: USA
 
Record
SN05790288-F 20200910/200908230157 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.