Cold Weather Boots
MALMSTROM AFB, MT SFG Cold Weather Boots (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional ... MALMSTROM AFB, MT SFG Cold Weather Boots (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number FA4626-19-Q-0082. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05. (iv) This procurement is being solicited as a sole source requirement. The North American Industry Classification System (NAICS) code is 316210 with a small business size standard of 1,000 employees. (v) Requirement: When submitting your quotation, please structure your Contract Line Item Numbers (CLINs) to the following format: CLIN Item Quantity 0001 Rocky Blizzard Stalker (or equal) 1,305 Pairs (vi) Please refer to the attached size breakdown and statement of specifications for all requirements. (vii) Delivery: 30 days after receipt of order. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018), applies to this acquisition. FAR 52.212-1 Addenda: Offeror shall provide specific items listed in paragraph v above. Award shall be made based on the awardability of offeror's quotation. In accordance with Department of Defense Federal Acquisition Regulation Supplement (DFARS) section 212.209, supplemental information shall be submitted with your quotation to assist the Contracting Officer with determination of the reasonableness of your quotation. Please reference this DFARS section for examples (not all inclusive) of supplemental information. For either the site visit (if required) or submission of proposals, all personnel requesting access to Malmstrom Air Force Base must possess a valid State or Government picture identification card. Furthermore, individuals presenting identification cards from a state that is non-compliant with the REAL ID Act will require additional documentation to gain unescorted base access. Additional documentation include a valid U.S. or foreign government issued passport, an employment authorization document that contains a photograph, or identification cards issued by federal, state or local government agencies that include a photo and biographic information. A full list of REAL ID Act compliant and non-complaint states can be found at https://www.dhs.gov/current-status-states-territories. Personnel requesting vehicle access to Malmstrom Air Force Base must provide a valid driver's license, current vehicle registration, and valid vehicle insurance. Prospective offerors shall be registered in the System for Award Management (SAM) database when submitting an offer or quotation, and shall continue to be registered until time of award, during performance and through final payment of any contract, basic agreement, basic ordering agreement or blanket purchasing agreement resulting from this solicitation. SAM must be current at the time of award and have completed the annual representations and certifications section IAW FAR 4.1102. Notice: Effective 11 June 2018, entities registering in SAM (and those renewing expired registrations) will be required to submit a notarized letter appointing their authorized Entity Administrator. Information regarding this requirement can be found at the following link: https://www.fsd.gov/fsd-gov/answer.do?sysparm_kbid=d2e67885db0d5f00b3257d321f96194b&sysparm_search=kb0013183. The specific Ombudsman information for this acquisition is: if resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, AFICA/KG, COLONEL TOMMY M. GATES III, 66 Kennedy Avenue, Suite 233, Barksdale AFB, LA 71110, phone number (318) 456-6336, email address ig.afica_kg.workflow@usaf.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. Notice to Offerors/Suppliers: Your quotation must remain valid for 60 days. The expiration date of your quotaiton must be clearly marked. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items (Oct 2014), applies to this acquisition. Specific evaluation criteria is included in paragraph (a) of this provision: (a) Your quotation shall be evaluated referencing any or all of the supplemental information requested in accordance with DFARS section 212.209 to determine awardability of your quotation. Should your quotation be deemed fair and reasonable, award shall be made accordingly. (x) The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018) with its Alternate I (Oct 2018), applies to this acquisition. A completed copy of this provision must accompany your quotation. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018), applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2019), applies to this acquisition. Additionally, the following FAR clauses cited in FAR 52.212-5 apply to this acquisition: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018). 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). 52.233-3 Protest After Award (Aug 1996). 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004). 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). 52.219-6 Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). 52.219-28 Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). 52.222-21 Prohibition of Segregated Facilities (Apr 2015). 52.222-26 Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-50 Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (End of Clause) (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices: 52.204-7 System for Award Management (Oct 2018) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.211-6 Brand Name or Equal (Aug 1999) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirements to Inform Employees of Whistleblower Rights (Sep 2013) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. (Oct 2016) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.223-7008 Prohibition of Hexavalent Chromium (Dec 2017) 252.225-7048 Export-Control Items (Jun 2013) 252.232-7003 Electronic Submission of Payment Requests (Dec 2018) 252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.243-7001 Pricing on Contract Modifications (Dec 1991) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 252.247-7023 Transportation of Supplies by Sea-Basic (Apr 2014) 5352.201-9101 Ombudsman (Jun 2016) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) 5352.223-9001 Health and Safety on Government Installations (Nov 2012) 5352.242-9000 Contractor Access to Air Force Installations (Nov 2012) (xiv) Defense Priorities and Allocations System (DPAS) is not applicable. (xv) Quote is required to be received NO LATER THAN 2:00 PM MST, Friday, 6 September 2019. Quote must be emailed to 2d Lt Henry Camp at email: henry.camp@us.af.mil; or faxed to commercial: 406-731-4166 to the attention of: 2d Lt Henry Camp. Please follow-up quote submission with an email/call to ensure receipt. (xvi) Direct your questions to 2d Lt Henry Camp at commercial: (406) 731-4166 or e-mail: henry.camp@us.af.mil or TSgt Ann Marie Bierman at commercial: (406) 731-4462 or e-mail: ann_marie.bierman@us.af.mil Attachments: 1. Excel size breakdown 2. Statement of specifications
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »