Federal Bid

Last Updated on 29 Mar 2019 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Massif Clothing

Solicitation ID F6T3LS9051AW01
Posted Date 28 Feb 2019 at 10 PM
Archive Date 29 Mar 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7n6 Uspfo Activity Waang 141
Agency Department Of Defense
Location United states
 

This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR 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.

Solicitation number: F6T3LS9051AW01 is hereby issued as a Request for Quote (RFQ). The

Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, 20 Dec 2018 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20180928.  It is the contractor's responsibility to become familiar with applicable clauses and provisions.  This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 314999 with number of employees not to exceed 500.

Description of Requirement:

 

CLIN 0001: Total of 34 EA Massif clothing items. (See spreadsheet sizing)

12 EA- Men's CWAS OCP Jacket (MJKT00059)

11 EA- Men's US Army OCP Jacket 11 EA (MJKT00065)

12 EA- Men's US Army OCP Pant 11 EA (MJKT00083)

                                                                                                Total    $__________________  

 

**These items are BRAND NAME specific as required for mission needs, No OR EQUAL products will be accepted. ** In addition to price and technical acceptability as outlined in the DESCRIPTION of REQUIREMENTS, products will be evaluated based on material quality, and delivery.  A firm fixed price contract will be awarded on a Best Value basis. 

Delivery requirement: 30 days ARO, FOB Destination to Fairchild AFB, WA.   Exact address will be provided upon award.

Quote Information:

 

Quotes must be submitted and received no later than 2:00 PM Pacific Time 14 MAR 2019.  Quotes may be e-mailed to the attention of P.O.C.s listed below.

 

Contact Information:

 

BUYER: Robert Jones

Alternate Buyer:  Matthew Richard

Emails:   [email protected]  

 

Financing Information:


Telephone quotes will not be accepted.  Award will only be made to contractors who have registered with System for Award Management (SAM).  Vendors may register at: http://www.sam.gov
.

 

PROVISIONS AND CLAUSES

Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.

FAR 52.204-7, System for Award Management Registration

FAR 52.204-9, Personal Identity Verification of Contractor Personnel

FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards

FAR 52.204-16, Commercial and Government Entity Code Maintenance

FAR 52.212-1, Instructions to Offerors-Commercial Items

FAR 52.212-2, Evaluation-Commercial Items Evaluation.  The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price as well as technically acceptability, material quality and delivery time of all items "all or none" is the evaluation criteria.  This is a best value decision. 

FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov

FAR 52.212-4, Contract Terms and Condition-Commercial Items

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply 

FAR 52.219-6 (DEV 2019-O0003), Notice of Total Small Business Set-Aside

FAR 52.219-28, Post Award Small Business Representation

FAR 52.222-3, Convict Labor

FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies

FAR 52.222-21, Prohibition of Segregated Facilities

FAR 52.222-26, Equal Opportunity

FAR 52.222-36, Affirmative Action for Workers with Disabilities

FAR 52.222-50, Combating Trafficking in Persons

FAR 52.223-5, Pollution Prevention and Right to Know Information

FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving

FAR 52.225-13, Restrictions on Certain Foreign Purchases

FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration

FAR 52.232-39, Unenforceability of Unauthorized Obligations

FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors

FAR 52.233-3, Protest After Award

FAR 52.233-4, Applicable Law for Breach of Contract Claim

FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation

FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil

DFARS 252.201-7000, Contracting Officer's Representative

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials

DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials

DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements

DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information

DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors

DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law

DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items  

DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items

DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials

DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate

DFARS 252.225-7001, Buy American Act and Balance of Payments Program

DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award)

DFARS 252.232-7010, Levies on Contract Payments

DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel

DFARS 252.244-7000, Subcontracts for Commercial Items

DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alt III


 Submission of Invoices

In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF).  Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.

Bid Protests Not Available

Similar Past Bids

Enid Oklahoma 18 Aug 2022 at 6 PM
Enid Oklahoma 11 Sep 2020 at 7 PM
Location Unknown 07 Apr 2019 at 3 PM
Oklahoma 14 Sep 2020 at 4 AM
Oklahoma 11 Sep 2020 at 4 AM