News

Winter Clothing

Type of document: Contract Notice
Country: United States

Winter Clothing

Agency:
Department of the Air Force

Official Address:
2402 Vandenburg McGuire AFB NJ 08641

Zip Code:
08641

Contact:
Angel G. Delgado, Contracting Specialist, Phone 6097544861, Email angel.delgado.1@us.af.mil тАУ Joe Molina, Contract Officer, Phone 6097542430, Email joe.molina@us.af.mil

Link:

Date Posted:
23/08/2017

Classification:
84

Contract Description:
REQUEST FOR QUOTATIONS

Issued By: 87th Contracting Squadron/LGCC
2402 Vandenberg Ave.
Joint Base MDL. 08641

Points of Contact: MSgt Joe Molina, Contracting Officer (609) 754-4690, joe.molina@us.af.mil

RFQ NUMBER: F3A1S17191A001

TITLE: Winter Clothing (Brand Name or Equal)

This solicitation is being issued as a Request for Quotation (RFQ) IAW FAR Part 12 & 13 procedures. Submit only written quotations for RFQ F3A1S17191A001 in response to this solicitation. This RFQ constitutes the only notice as this requirement is exempt from synopsis by FAR 5.202(a) (13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective 19 Jan 2017 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20161222 dated 22 Dec 2016. It is the contractorsтАЩ responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as a 100% small business set-aside acquisition. The North American Industrial Classification System Code is 315220 тАУ MenтАЩs and BoyтАЩ Cut and Sew Apparel Manufacturing with a small business size standard of 750 employees. The government intends to issue a firm fixed price purchase order. Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) as follows:

Item No. Description Quantity Unit

0001 Winter Clothing тАУ Per Attached Statement of Work 1 EA

FOB point is Destination.

The required delivery date is not later than 30 days ADC.

All quotes must be emailed to POC SSgt Angel Delgado (angel.delgado.1@us.af.mil) at 87 CONS/LGCC by 06 Sep 2017, 12:00 pm, Eastern Standard Time (EST).

All contractors must be registered in the System for Award Management database prior to any contract award.

Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, and GSA Contract No. (If applicable), Date Offer Expires, Warranty, Line Item Unit Price(s), and Total Price.

BASIS FOR AWARD:

IAW FAR 13.106-1(a) (2) award will be made to the offeror who represents the best value to the Government. The following evaluation factor(s) will be used to determine best value:

Price
Technical Acceptability

APPLICABLE CLAUSES / PROVISIONS:

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The below provisions and clauses may be obtained via internet at

The following FAR Clauses/Provisions are applicable to this solicitation:
FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation
FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
FAR 52.204-7, System for Award Management
FAR 52.204-13, System for Award Management Maintenance
FAR 52.204-16, Commercial and Government Entity Code Reporting
FAR 52.204-17, Ownership of Control of Offeror
FAR 52.204-19, Incorporation by Reference of Represenations and Certifications
FAR 52.204-20, Predecessor of Offeror
FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation
FAR 52.209-7, Information Regarding Responsibility Matters.
FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law.
FAR 52.211-7, Alternatives to Government-Unique Standards
FAR 52.212-1, Instructions to Offerors, Commercial Items
ADDENDUM TO 52.212-1: Award will be made to the lowest priced technically acceptable offeror
FAR 52.212-2, Evaluation тАУ Commercial Items
ADDENDUM TO 52.212-2: To be technically acceptable the offeror must provide the required salient characteristics outlined in the statement of work. Offerors who do not provide the required documentation will be rated as technically unacceptable and their offer will be un-awardable.
FAR 52.212-3 Alt 1, Offerors Representations and Certifications тАУ Commercial Items
FAR 52.212-4 Contract Terms and ConditionsтАУCommercial Items
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items.
FAR 52.219-1 Alternate I, Small Business Program Representation.
FAR 52.219-6, Notice of Total Small Business Set-Aside
FAR 52.222-22, Previous Contracts and Compliance Reports.
FAR 52.222-25, Affirmative Action Compliance
FAR 52.225-1, Buy American тАУ Supplies
FAR 52.225-2, Buy American Certificate
FAR 52.232-39, Unenforceability of Unauthorized Obligations
FAR 52-233-1, Disputes
FAR 52.233-3, Protest after Award
FAR 52.233-4, Applicable Law for Breach of Contract Claim
FAR 52.243-1, ChangesтАУFixed Price
FAR 52.246-1, Contractor Inspection Requirements
FAR 52.247-45, F.o.b. Origin and/or F.o.b. Destination Evaluation.
FAR 52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form)
Far 52.252-1, Solicitation Provisions Incorporated by Reference
FAR 52.252-2, Clauses Incorporated by Reference
FAR 52.228-5, Insurance тАУ Work on a Government Installation

The following DFARS Clauses/Provisions are applicable to this solicitation:

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights
DFARS 252.203-7005, Representations Relating to Compensation for Former DoD Officials
DFARS 252.204-7004, Alternate A, System for Award Management
DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information
DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal
DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7006, Wide Area Workflow Payment Instructions
AFFARS 5352.201-9101, Ombudsman.

The following provisions and clauses are applicable under FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders тАУ Commercial Items

52.204-10 Reporting Executive Compensation and First-Tier Subcontrat Awards
52.209-6 Protecting the GovernmentтАЩs Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.222-3 Convict Labor
52.222-20, Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000
52.222-21 Prohibition of Segregated Facilities
52.222-22, Previous Contracts and Compliance Reports
52.222-25, Affirmative Action Compliance
52.222-26 Equal Opportunity
52.222-40 Notification of Employee Rights Under the National Labor Relations Act
52.222-50 Combating Trafficking in Persons
52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving
52.225-13 Restrictions on Certain Foreign Purchases
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranтАУRepresentation and Certifications.
52.232-33 Payment by Electronic Funds Transfer тАУ System for Award Management
52.222-41 Service Contract Labor Standards
52.222-43 Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts)
52.222-55 Minimum Wages Under Executive Order 13658

ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) database at prior to award. Lack of registration will make an Offeror ineligible for award. Additionally, offerors must not be delinquent in federal taxes or have been convicted of a felony under Federal law within the 24 preceding months.

Clauses and provisions incorporated by reference may be accessed via the Internet at or

Quotes must be for all items stated, partial quotes will not be considered.
Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor.

ATTACHMENTS:
1. Statement of Work (Brand Name or Equal)
2. Joint Base McGuire-Dix-Lakehurst Security Forces Appendix
3. Anti-Terrorism Statement

Response Date:
090617

Sol Number:
F3A1S17191A001

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy