Federal Bid

Last Updated on 25 Mar 2015 at 8 AM
Combined Synopsis/Solicitation
Saint joseph Missouri

84--Tactical Boots

Solicitation ID W912NS-15-Q-3009
Posted Date 23 Jan 2015 at 3 PM
Archive Date 25 Mar 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7nj Uspfo Activity Moang 139
Agency Department Of Defense
Location Saint joseph Missouri United states 64503
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 solicitation, W912NS-15-Q-3009, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-78 effective 26 Dec 2014). This procurement is 100% small business set-aside in accordance with FAR 19.502 - 2 (a). The NAICS code is 316210 and the small business size standard is 1000 employees. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. You will not be eligible to receive an award if you are not in the System for Award Management database. (Reference: DFARS 252.204-7004, Alt A System for Award Management).The following commercial items are requested in this solicitation.

The items being procured are:
0001-Boots (70 pair)
Belleville 639ZCT Hot Weather Side-Zip Composite Toe Boot or equal. Equal to characteristics include: 8 inches tall, Sage color, Non-metallic composite safety toe ASTM F2413-11 rated, Slip resistant outer sole, minimum of 14 lace holes, boot laces included, Made in USA.
Quantity-Size: 1-4R, 1-6R, 1-6.5R, 1-6.5W, 1-7.5W, 1-8.5R, 2-9R, 2-9W, 8-9.5R, 5-9.5W, 8-10R, 1-10.5N, 11-10.5R, 7-10.5W, 3-11R, 2-11W, 5-11.5R, 1-11.5W, 1-11.5XW, 4-12R, 2-12.5R, 1-13R, and 1-15R.
*Note: Steel toe is acceptable for boot sizes 4-6.5.

0002-Boots (72 pair)
Belleville 310 Hot Weather Tactical Boot or equal. Equal to characteristics include: 8 inches tall, Desert Tan Color, Slip-resistant sole, minimum 14 lace holes, boot laces included, Made in USA.
Quantity-Size: 1-7.5R, 1-8W, 2-8.5R, 1-8.5W, 6-9R, 1-9W, 10-9.5R, 1-9.5W, 9-10R, 2-10W, 12-10.5R, 1-10.5W, 12-11R, 1-11.5R, 6-12R, 3-13R, 2-14R, and 1-15R

Evaluation Factor; Price

The offer submittal shall list the item by part number, number of items being offered, the product description as listed above, and list the manufacturer. The offer shall list unit prices, total for each part number, and an overall totaled price. The offer shall include the solicitation number in the subject line of electronic messages. Delivery requirements: FOB Destination quotations are the only quotes that will be accepted. FOB origin offers will NOT be considered. Delivery date shall be 15 calendar days after receipt of award. Any other delivery terms will NOT be considered.

Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items and the following addenda. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, and the contractor must remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS at FAR 52.212-3, and follow the instruction as provided in the clause. THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS. Offers will be evaluated on price. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be compliant, and therefore will not be considered. Once an offer has been determined to be in compliance with all directions in this solicitation, the Government will award to the offeror with the lowest evaluated price.

Additionally the following clauses and provisions apply to this acquisition:
52.204-7 System for Award Management
52. 209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.211-6 Brand Name or Equal
52.212-1 Instructions to Offerors - Commercial Items
52.212-2 Evaluation - Commercial Items
52.212-3 Offeror Representations and Certification - Commercial Items
52.212-4 Contract Terms and Conditions Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, and includes the following clauses as cited: (b) 4, 10, 14, 22, 25, 26, 27, 30, 31, 39, 40, 41, 43, 49
52.219.6 Notice of Total Small Business Set Aside
52.222-3 Convict Labor
52.222-19 Child Labor-Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-22 Previous Contracts and Compliance Reports
52.222-26 Equal Opportunity
52.222-36 Affirmative Action for Workers with Disabilities
52.225-1 Buy American - Supplies
52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act
52.225-13 Restrictions on Certain Foreign Purchases
52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-- Certification
52.232-1 Payments
52.232-8 Discounts for Prompt Payment
52.232-23 Assignment of Claims
52.232-33 Payment by Electronic Funds Transfer-System for Award Management
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.246-2 Inspection Of Supplies-Fixed Price
52.246-16 Responsibility For Supplies
52.247-34 F.O.B. Destination
52.252-2 Clauses Incorporated by Reference

Applicable DFARS clauses included:

252.203-7000 Requirements Relating to Compensation of Former DOD Officials
252.204-7003 Control of Government Personnel Work Product
252.204-7004 Alt A System for Award Management (52.204-7) Alternate A
252.211-7003 Item Identification and Valuation
252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items provisions
252.225-7000 Buy American - Balance of Payments Program Certificate
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252-247-7023 Alt III Transportation of Supplies by Sea
252.243-7001 Pricing of Contract Modifications


The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 3:00 PM (CST), 27 January 2015, MSG/MSC, Rosecrans MAP, 705 Memorial Dr, St. Joseph, MO 64503-9307. Quotes can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) to the attention of SSgt Adam Danner at (816) 236-3313. Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to SSgt Adam Danner, Contracting Specialist, at (816) 236-3256, [email protected]
Bid Protests Not Available

Similar Past Bids

Saint joseph Missouri 14 Jan 2015 at 1 AM
Portsmouth Virginia 08 Sep 2005 at 5 AM
Carson city Nevada 20 Jul 2005 at 5 AM
Pope army airfield North carolina 03 Sep 2005 at 5 AM
Gulfport Mississippi 07 Sep 2007 at 4 AM

Similar Opportunities

Washington navy yard District of columbia 30 Sep 2025 at 4 AM (estimated)
Tulsa Oklahoma 14 Jul 2025 at 2 PM