Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 10, 2025 SAM #8658
SOLICITATION NOTICE

84 -- Honeywell Firefighter Boots

Notice Date
8/8/2025 8:10:06 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
316210 — Footwear Manufacturing
 
Contracting Office
SUP OF SHIPBUILDING CONV AND REPAIR BATH ME 04530 USA
 
ZIP Code
04530
 
Solicitation Number
N6278625T0014
 
Response Due
8/25/2025 9:00:00 PM
 
Archive Date
09/10/2025
 
Point of Contact
Missy Boudreau, Phone: 2074425446, Jennifer Perazone, Phone: 2074425984
 
E-Mail Address
michelle.a.boudreau.civ@us.navy.mil, jennifer.b.perazone.civ@us.navy.mil
(michelle.a.boudreau.civ@us.navy.mil, jennifer.b.perazone.civ@us.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 the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is N6278625T0014 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The associated North American Industrial Classification System (NAICS) code for this procurement is 316210 with a small business size standard of 1,000.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit quotes. FOB Destination shall be SAN DIEGO, CA 92154. SUPSHIP Bath requires the following items, Brand Name Only (Exact Match, see attached J&A), to the following: LI 001: BT5050B-070D - PRO-LTHR PROX - BERRY - SIZE 7 D N2999C51550744, 1 EA LI 002: BT5050B-080D - PRO-LTHR PROX - BERRY - SIZE 8 D N2999C51550745, 1 EA LI 003: BT5050B-090D - PRO-LTHR PROX - BERRY - SIZE 9 D N2999C51550746, 7 EA LI 004: BT5050B-105D - PRO-LTHR PROX - BERRY - SIZE 10.5 D N2999C51550747, 7 EA LI 005: BT5050B-110D - PRO-LTHR PROX - BERRY - SIZE 11 D N2999C51550748, 7 EA LI 006: BT5050B-120D - PRO-LTHR PROX - BERRY - SIZE 12 DN2999C51550749, 7 EA LI 007: BT5050B-130D - PRO-LTHR PROX - BERRY - SIZE 13 D N2999C51550750, 4 EA LI 008: BT5050B-140D - PRO-LTHR PROX - BERRY - SIZE 14 D N2999C51550751, 1 EA LI 009: BT5050B-150D - PRO-LTHR PROX - BERRY - SIZE 15 D N2999C51550752, 1 EA ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. Registration must be ""ACTIVE"" at the time of award. All quotes must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer�s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer�s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. The selected Offeror must comply with the following: 52.204-13, 52.204-18, 52.204-19, 52.204-21, 52.204-23, 52.204-25, 52.204-27, 52.209-10, 52.215-8, 52.212-4, 52.212-5 (Dev) (RMBO), 52.222-41, 52.222-50, 52.226-7, 52.226-8, 52.232-39, 52.232-40, 52.233-3, 52.233-4, 52.252-2, 52.252-62, 52.203-7000, 252.203-7002, 252.204-7003, 252.204-7009, 252.204-7012, 252.204-7015, 252.204-7018, 252.204-7020, 252.225-7048, 252.232-7003, 252.232-7010, 252.247-7023, G-232-H002, G-232-H005, 252.232-7006, 252.211-7003, 52.219-6 The full text of a FAR clause may be accessed electronically at http://www.acquisition.gov/far/
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bae931d7035241259c21e5541deba9bf/view)
 
Place of Performance
Address: San Diego, CA, USA
Country: USA
 
Record
SN07544027-F 20250810/250808230048 (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.