The RFP Database
New business relationships start here

BARs Apparel


Ohio, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

 
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, and are those in effect through Federal Acquisition Circular 2019-05, implemented 13 August 2019, and Defense Federal Acquisition Supplement DPN 20190809, effective 9 Aug 2018:  

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, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.225-13, 52.232-33, and 52.232-36 are selected within.

252.204-7007 Alt A, System for Award Management (Provision)

 

RFQ No.: FA8629-19-R-5025

 

Title: Battlefield Airmen Rapid Refresh and Replenishment (BARS) Replenishment Stock - Apparel

 

Product or Service Code: 8465 - Clothing, Individual Equipment

 

NAICS Code: 315210 - Cut and Sew Apparel Contractors

 

Size Standard: 1,000 employees

 

Set Aside Status: 100% (i.e. total) small business (SB) set-aside

 

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:

 





Item Description



Color(s)



Size(s)



Quantity



UOI





Shemagh scarf

For example, DRIFIRE, P/N:1FS59G  



Coyote Tan



One Size



125



EA





Super Glove

For example, American Firewear Inc./Honeywell P/N GL-SGKCG



Any



Medium



100



PR





Super Glove

For example, American Firewear Inc./Honeywell P/N GL-SGKCG



Any



Large



10



PR





Super Glove

For example, American Firewear Inc./Honeywell P/N GL-SGKCG



Any



X-Large



100



PR





Super Glove

For example, American Firewear Inc./Honeywell P/N GL-SGKCG



Any



XX-Large



10



PR





Full Dexterity Tactical Gloves (Touch-Screen compatible)

For example, Patrol Incident Gear (PIG) P/N PIG.700-00XX



Coyote Tan



Small



100



PR





Full Dexterity Tactical Gloves (Touch-Screen compatible)

For example, Patrol Incident Gear (PIG) P/N PIG.700-00XX



Coyote Tan



Medium



150



PR





Full Dexterity Tactical Gloves (Touch-Screen compatible)

For example, Patrol Incident Gear (PIG) P/N PIG.700-00XX



Coyote Tan



Large



200



PR





Full Dexterity Tactical Gloves (Touch-Screen compatible)

For example, Patrol Incident Gear (PIG) P/N PIG.700-00XX



Coyote Tan



X-Large



100



PR





Full Dexterity Tactical Gloves (Touch-Screen compatible)

For example, Patrol Incident Gear (PIG) P/N PIG.700-00XX



Coyote Tan



XX-Large



50



PR





 

 

Requirement Descriptions (physical, functional, and performance characteristics)

 

Shemagh

•·         Color: Coyote Tan

•·         100% Acclimiate Dry Polyester

•·         Ag47 Anti-microbial Protection

•·         Flame Retardant

 

Super Glove

•·         Outer Shell: Thin material providing durability, grip, and tactility

•·         Moisture Barrier: Material providing high breathability, high heat resistance, high temperature stability, continuous moisture barrier protection and fast drying

•·         Thermal Lining: Low-bulk, high thermal resistance material

•·         Wing thumb

•·         Level of Bloodborne Pathogen Protection: HNO

•·         NFPA 1971, Structural

 

Full Dexterity Tactical Gloves 

•·         Conductive Thumb and Trigger Finger material for touch screen use without loss of tactile dexterity

•·         Single layer multi-piece palm - i.e. only one layer of material contacts the shooting grip

•·         Sensitized and isolated trigger finger - i.e. only on the trigger finger

•·         Low-profile hook closure - i.e. reduces abrasion on clothing

•·         Flex joints for enhanced flexibility and ventilation on each finger

•·         Dual flex joint trigger finger for maximum flexibility

•·         Bar-tacked para cord pull loop

•·         Short cuff for lightweight comfort

•·         Micro suede nose wipe

•·         Ventilation holes in palms and fingers to increase wicking

•·         Isolated edge padding for added protection without compromising the shooting grip

•·         Wrap-over finger tips for protection of finger nails

•·         Stretch Ballistic Nylon 1000D padded knuckles

 

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.

 

Anticipated Contract Line Item (CLIN) Structure:

            CLIN 0001 - Shemagh Scarf

            CLIN 0002 - Super Glove (Medium)

            CLIN 0003 - Super Glove (Large)

            CLIN 0004 - Super Glove (X-Large)

            CLIN 0005 - Super Glove (XX-Large)

            CLIN 0006 - Tactical Gloves (Small)

            CLIN 0007 - Tactical Gloves (Medium)

CLIN 0008 - Tactical Gloves (Large)

CLIN 0009 - Tactical Gloves (X-Large)

CLIN 0010 - Tactical Gloves (XX-Large)

                                   

Response Due Date/Time

Responses shall be submitted via email to the Contract Specialist, Michael Crane, at michael.crane.11@us.af.mil 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 Specialist. 


Michael Crane, Contracts, Phone 9376568232, Email michael.crane.11@us.af.mil - Amber A. Taylor, Contracting Officer, Phone 9376568463, Email amber.taylor.9@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP