This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.1, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and is issued as a Request for Quote (RFQ); a separate written solicitation will not be issued. The following provisions and clauses are incorporated by reference:
52.204-7, System for Award Management (Provision)
52.204-13, System for Award Management Maintenance (Clause)
52.212-4, Contract Terms and Conditions -- Commercial Items (Clause)
52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Clause); applicable clauses 52.204-10, 52.209-6, 52.219-4, 52.219-28, 52.222-03, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, 52.232-33, and 52.232-36 are selected within.
52.232-18, Availability of Funds (Clause)
252.204-7007 Alt A, System for Award Management (Provision)
252.225-7000 Buy American Balance of Payment Program Certification (Provision)
252.225-7001 Buy American Balance of Payment Program (Clause)
Quote Submittal
Vendors may submit quotes for items that meet all of the physical, functional, and performance characteristics identified below. The vendor shall identify the item make and model and describe the features of the item which support the vendor’s claim that the item is technically acceptable. The Government will evaluate items on the basis of information furnished by the vendor, identified in the quote, and reasonably available to the Government. The Government is not responsible for locating or obtaining information not otherwise provided by the vendor. The requirement is as follows:
SEE ATTACHED FILE FOR ITEM/QUANTITY BREAKOUT
Physical, Functional, and Performance Requirements:
Balaclava
Thermal Mid-Weight Pant
Lightweight Thermal Pant
Thermal Mid-Weight Shirt, ¼ Zip
Lightweight Thermal Shirt
Super Glove
Full Dexterity Tactical Gloves
Buy American and Balance of Payments Program
The items solicited are determined to be COTS items as defined in DFARS 252.225-7001. Vendors responding to this RFQ shall identify whether each quoted item is a domestic end product , a qualifying country end product, or otherwise, by identifying the place of manufacture for each item quoted.
The Berry Amendment
The Independent Government Estimate for these items is estimated to be less than the Simplified Acquisition Threshold (SAT); therefore the Contracting Officer has determined that the exception at DFARS 225.7002-2(a) applies to this acquisition.
Evaluation Criteria and Basis for Award
The Government intends to issue one (1) firm fixed price (FFP) contract to the responsible offeror that provides the lowest-price, technically acceptable (LPTA) quote.
Delivery
Delivery/Acceptance term shall be FOB Destination to:
(1)
BARS Inventory Control Point
ATTN: Ms. Heather Pyland / GUARDIAN ANGEL
3290 16th Street
Bedford, IN 47421
Phone: 812-236-5076
Packaging/Marking
The Contractor shall pack and mark all equipment, and deliver the shipments in good order to the point of delivery. The Contractor is responsible for loss of, and/or damage to, the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point.
Date of Delivery
Vendors responding to this RFQ shall identify the anticipated delivery date in terms of days after receipt of order (DARO) in their response.
Response Due Date/Time
Responses shall be submitted via email to the Contracting Officer, Amber Taylor, at [email protected] not later than the date/time indicated in this notice. Late responses may not be considered.
Validity Period
The vendors shall hold the quoted prices for not less than 30 calendar days from the date specified for receipt of quotes.
Questions
All questions are to be submitted via email to the above listed Contracting Officer.