Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2024 SAM #8327
SOLICITATION NOTICE

84 -- FIRE & EMERGENCY SERVICES(F&ES) WORK & STRUXIMITY BOOT

Notice Date
9/12/2024 3:55:05 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
316210 — Footwear Manufacturing
 
Contracting Office
NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
 
ZIP Code
92136
 
Solicitation Number
N0024424Q0334
 
Response Due
9/17/2024 4:00:00 PM
 
Archive Date
09/24/2024
 
Point of Contact
JANET NUNEZ 619-556-5199, Phone: 6195565199
 
E-Mail Address
janet.nunez@navy.mil
(janet.nunez@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 Simplified Acquisition Procedures and 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-24-Q-0334. The solicitation document and incorporated provisions and clauses are those in effect through latest Federal Acquisition Circular and DFARS change notices. This solicitation is issued as full and open competition. NAICS Code 316210 �Footwear Manufacturing is applicable and business size is 1000 employees. The solicitation will start on the date this solicitation is posted and will end on 17 September 2024 4:00 PM Pacific Standard Time. Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov to be considered for this solicitation. Requirements ************************************************************************** The FI Fire and Emergency Services Program requests to establish a non-personal services, brand name/sole source procurement, IDIQ supplies/services contract, for a Contractor to provide firefighter Honeywell PRO Series 3003 Station Duty Boots and firefighter Honeywell PRO Series 5050 First Responder Struximity boots, for the models specified in various sizes for up to 150 pairs of station duty (work) boots per year and 50 pairs of Struximity Boots. Refer to Statement of Work for full details (Brand name only) Period of Performance: 01 OCT 2024 TO 30 SEPT 2025 �Delivery address: NRSW- San Diego CA 92132 Inspection and acceptance: At Destination by the Government. Contract Type: Order/ Contract resulting from this solicitation will be Firm Fixed Price (FFP). STATEMENT OF WORK FY25 FIRE AND EMERGENCY SERVICES (F&ES) WORK & STRUXIMITY BOOT IDIQ 1. SCOPE:� This is a non-personal services contract to provide Fire Fighter Honeywell, work boots #3003 and Honeywell, PRO Series Struximity Boots - Honeywell First Responder, Black Turnout Model #5050 for the models specified in various sizes for up to 150 pairs of Work boots per year and 50 pairs of Struximity Boots. The contractor shall provide the number, type and quantity of boots as directed by the Ordering Officer.� The contractor shall not exceed the maximum allowable number of boots per type as listed in this contract. 1.1 WORK/STATION BOOTS:� 150 PAIRS Honeywell, PRO-Warrington Model #3003 (no equivalent will be accepted) The styles for work boots are ANSI approved and shall be 8� high, black leather, reinforced toe, genuine sloped side seam with one piece backstay pull tab/outside counter pocket, water repellent, polishable leather, safety boot having a safety toe, bottom penetration resistance barrier, steel shank and quick donning and doffing features, frontal zipper insert, puncture resistant bottom plate, leather welt, fully cushioned Vibram lug non-marking combined with special fire retardant NFPA compound for improved traction and durability.� 1.2 STRUXIMITY BOOTS: 50 PAIRS Honeywell, PRO Series Struximity Boots - Honeywell First Responder, Black Turnout Model #5050 (no equivalent will be accepted) The styles for the turnout boots are ANSI approved and shall be 14"" high pull-on, fabric/leather bunker style boots with patented 2"" slope Power-back for added comfort in rear knee area. Side and back stays, fire resistant fabric, water-repellent leather, safety toes, electrical hazard rated soles, bottom penetration resistance barrier, steel shank, shin-guard and quick donning and doffing features. 2.0 PERIOD OF PERFORMANCE The contract shall be established for one (1) Base Year, as follows: FY25 Base Year: Oct 1st, 2024 � Sept 30, 2025 3.0 CONTRACTING OFFICER REPRESENTATIVE (COR)� The COR will be identified by separate letter.� The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: ensure that the Contractor performs the technical requirements of the contract; perform inspections necessary in connection with contract performance; maintain written and oral communications with the Contractor concerning technical aspects of the contract; issue written interpretations of technical requirements, including Government drawings, designs, specifications; monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of Government furnished property, and provide site entry of Contractor personnel.� An appointment letter issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates.� The COR is not authorized to change any of the terms and conditions of the resulting contract. 4.0 ORDERING OFFICIAL 4.0.1 The Ordering Official will contact vendor to place the order and will provide the appropriate shipping address. 4.0.2 Once the order is placed, vendor will ship item(s) to the location requested. 4.0.3 Cost of shipping for delivery of boots is included in purchase price. 4.0.3 If, upon receipt, the boot(s) ordered do not fit the recipient, boots will be returned without cost to the end user and the vendor will ship the new designated size. 4.1 IDENTIFIED ORDERING OFFICIAL- Name: KRIS HEBRARD Tel: (805) 989-7034 Email: cristy.c.hebrard.civ@us.navy.mil 4.2 SHIPPING ADDRESS: CNRSW N3 Warehouse Manager 4635 Pacific Hwy. Bldg. 4 Room 4 San Diego, CA 92110
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0d5a7e73ca7849aa8276651f9ebcc583/view)
 
Place of Performance
Address: San Diego, CA 92132, USA
Zip Code: 92132
Country: USA
 
Record
SN07209784-F 20240914/240912230128 (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.