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 is being issued as a request for quotation (RFQ) and constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-01 dated 01/22/2019. This combined synopsis/solicitation is a set-aside 100% for small business. North American Industrial Classification Standard 316210 applies to this solicitation; business size standard is 1,000 employees. The Contracting Officer reserves the right to award under a different NAICS if the company would qualify as a small business under the solicited NAICS.
NOTE: Effective 29 April 2018, it is now mandatory that all CURRENT registrants in SAM who have a requirement to update data on its SAM record or make changes to its registration provide a written (hard copy), notarized letter confirming the entity's Administrator that is authorized to register the entity in the SAM database.
The notarized letter is implemented to mitigate the concern of fraud and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. The notarized letters must be postal service mailed (not emailed or faxed) to the "Federal Service Desk" and must contain the information outlined in the SAM posted FAQ at: (https://www.gsa.gov/about-us/organization/federal-acquisition-service/office-of-systems-management/integratedaward-environment-iae/sam-update). Our office can provide a template to you for ease of submitting this information to the Federal Service Desk.
It will take a minimum of 5-7 business days for your letter to be processed once received by the Federal Service Desk. It is HIGHLY ENCOURAGED that if your SAM registration needs to be created or updated prior to 30 September 2019, that you submit any changes as soon as possible so that you may be considered eligible for award.
The U.S. Marshals Service, Special Operations Group intends to issue a firm-fixed price order for the following:
CLIN0001 - 150 Pairs. Salomon Brand Name Forces - Mountain Quest 4D GTX Boot; Coyote Brown boot which gives support and grip of a mountain boot while maintaining flexibility, anti-debris mesh, full grain leather, medial protective pad, non-reflective materials, protective mudguard, single layer mesh, waterproof materials. Lining Material: Mesh and textile lining. Membrane: GORE-TEX.
CLIN0002 - 150 Pairs. Salomon Brand Name Forces - Assault XA Mid Boot; Coyote Brown lightweight all conditions boot. Anti-debris mesh, medial protective pad, non-reflective materials, protective mudguard, PU coated leather, single layer mesh. Lining Material: Mesh and textile lining. NON GORE-TEX.
**Pricing to include either on-site measurements of staff, or sample boots for sizing (please specify in quote) **
****Quotation instructions****
Evaluation:
The Government plans to award a contract resulting from this solicitation to the offer conforming to the solicitation which will be most advantageous to the Government. Quotes will be evaluated on best value using price, delivery, and quality of boot. (See 52.212-2 provision). Quotes may be comparatively evaluated in compliance with FAR 13.106-2 (b) (3).
Quote Instructions:
Vendor must provide a list of all items to be provided, the quantity and country of origin. Failure to provide country of origin may disqualify a quote if the contracting officer is unable to determine the country of origin.
Response is encouraged to include country of manufacture for all items. Include feasible delivery/installation dates as well.
GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. If not already registered in SAM, go to WWW.SAM.GOV to register prior to submitting quote.
All questions and quotes must be directed to the U.S. Marshals Service, Special Operations Group Contracting Officer via email at [email protected]. Questions asked within 5 days of solicitation close will be answered at the discretion of the Contracting Officer. Emailed quotes are preferred. Late quotes may be rejected at the Contracting Officer's discretion.
Electronic Documents: All electronic documents must NOT be "secured", "locked", or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB.
****Clauses and Provisions****
FAR 52.204-7 SYTEM FOR AWARD MANAGEMENT (OCT 2016)
FAR 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2017)
FAR 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016)
FAR 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2016)
FAR 52.204-22 ALTERNATE LINE ITEM PROPOSAL (JAN 2017)
FAR 52.204-23 PROHIBITION ON CONTRACTING FOR HARDWARE, SOFTWARE, AND SERVICES DEVELOPED OR PROVIDED BY KASPERSKY LAB AND OTHER COVERED ENTITIES (JUL 2018)
FAR 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015)
FAR 52.211-6 BRAND NAME OR EQUAL (AUG 1999)
FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JAN 2017)
FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS -- ALTERNATE I (OCT 2014)
FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (JAN 2017)
FAR 52.212-5 (Deviation) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2017)
FAR 52.219-3 NOTICE OF SET-ASIDE OF ORDERS (NOV 2011)
FAR 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014
FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011)
FAR 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013)
FAR 52.222-3 CONVICT LABOR (JUNE 2003)
FAR 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2016)
FAR 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015)
FAR 52.222-26 EQUAL OPPORTUNITY (SEP 2016)
FAR 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (FEB 2016)
FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS (MAR 2015)
FAR 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)
FAR 52.225-18 PLACE OF MANUFACTURE (MAR 2015)
FAR 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN--REPRESENTATION AND CERTIFICATIONS (OCT 2015)
FAR 52.232-18 AVAILABILITY OF FUNDS (APR 1984)
FAR 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-- SYSTEM FOR AWARD MANAGEMENT (OCT 2018)
FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)
FAR 52.233-1 DISPUTES (MAY 2014)
FAR 52.233-3 PROTEST AFTER AWARD (AUG 1996)
FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014)
(a) 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 and other factors considered. The following factors shall be used to evaluate offers:
- Best value using price, delivery, and quality of boot
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept
(End of provision)
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: www.acquisition.gov.
(End of clause)