The RFP Database
New business relationships start here

LRS Hot Weather Boots, Coyote Brown


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

(i) This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued.

(ii) Solicitation W912J2-19-Q-6029 is issued as a Request for Quotation (RFQ).


(iii) All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02, effective 05 Jun 2019, and Defense Acquisition Circular DPN 20190531, effective 31 May 2019.


(iv) This RFQ is solicited as 100% Small Business set-aside. The NAICS code is 316210 with a Small Business Size Standard of 1,000 Employees.


(v) The Wisconsin Air National Guard is seeking the following item:


CLIN 0001: Hot Weather, Safety Toe Boot, Coyote Brown, 261 PAIR


(vi) Description of requirement:


The 115th Fighter Wing has a requirement to purchase 261 pair of boots with the following salient characteristics:


- AFI 36-2903 compliant for US Air Force wear with OCP
- Color must be coyote brown
- Full grain cowhide leather & nylon fabric upper
- Running shoe sole construction with 100% rubber outsole
- Safety toe meeting or exceeding the American National Standards Institute Class 75 impact standard or higher approved for the Air Force.
- Removable insole and cushioned midsole

Boots sizes required (See attachement titled "B.01.Combined Synopsis Solicitaiton for proper formatted size table):
Qty Size Width
1 04.0 W
1 04.5 W
1 05.0 R
2 05.5 R
4 06.0 R
1 06.0 W
3 06.5 R
2 06.5 W
1 07.0 R
2 07.0 W
3 07.5 W
2 07.5 R
7 08.0 R
2 08.0 W
6 08.5 R
2 08.5 W
13 09.0 R
4 09.0 W
6 09.5 W
14 09.5 R
7 10.0 W
21 10.0 R
29 10.5 R
12 10.5 W
5 10.5 W
18 11.0 R
9 11.0 W
6 11.5 W
21 11.5 R
20 12.0 R
11 12.0 W
6 12.5 R
3 12.5 W
8 13.0 R
5 13.0 W
3 14.0 W


Note:
The government reserves the right to make award to multiple offeror's to fulfill the entire requirement. When submitting proposals highlight explicitly in the proposal your ability to meet entire order or portions of it. Your ability to meet the entire order must be within the delivery schedule requirements. Partial quotes will be considered.


(vii) Delivery schedule is to be no longer than 10 days or sooner from date of contract. The delivery and acceptance shall be 3110 Mitchell St, Madison, WI 53704. Shipping shall be FOB Destination. If all items are not immediately available, split shipments are required in order to receive these items as soon as possible.


(viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.


(ix) The Government intends to award a contract resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation is lowest price technically acceptable. Technical acceptance will be determined by meeting salient characteristics and delivery schedule. The government reserves the right to award to multiple contracts to fulfill the entire order if no single contractor is able to meet the entire order within the required delivery schedule and their pricing can be deemed fair and reasonable. Additionally, awarding to a single contractor will be determined to be in the best interest of the government in terms of price of the overall order. Samples may be required for evaluation, which will be shipped and returned at the vendor's expense. A firm fixed price contract is anticipated.


(x) The offeror's quote shall include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, or be currently registered in the SAM website with Representations and Certifications completed.


(xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, 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, applies to this acquisition. Any additional clauses cited in FAR 52.212-5 are listed in section xiii.


(xiii) The following additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition:


52.232-18 This effort is a high priority requirement in support of the National Guard. Funds are not presently available to make award. If funds become available for award, and prices are deemed fair and reasonable, it is the Governments intent to make award. This is not a commitment of funds or contract award.


In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving
Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow
(WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF.


The following clauses and provisions are incorporated by reference into this solicitation. Full text is available at http://farsite.hill.af.mil.


52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements
52.204-7 System for Award Management
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204-18 Commercial and Government Entity Code Maintenance
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.212-1 Instructions to Offerors - Commercial Items (CD 2018-O0018)
52.212-3 Offeror Representations and Certifications -- Commercial Items
52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items
52.212-4 Contract Terms and Conditions-Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (CD 2018-O0021)
52.219-6 Notice of Total Small Business Set-Aside (CD 2019-O0003)
52.219-28 Post-Award Small Business Program Representation
52.222-3 Convict Labor
52.222-19 Child Labor - Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-50 Combating Trafficking in Persons
52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer-System for Award Management
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.211-7003 Item Unique Identification and Valuation
252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American and Balance of Payments Program--Basic
252.225-7007 Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area Workflow Payment Instructions
252.232-7010 Levies on Contract Payments
252.244-7000 Subcontracts for Commercial Items
252.247-7023 Transportation of Supplies by Sea - Alternate I


(xiv) DPAS Rating does not apply to this acquisition.


(xv) Instructions to Offerors:
1. Quotes must be received no later than the time and date indicated on this RFQ. Quotes must be emailed to the primary point of contact shown. It is your responsibility to make sure your quote is received.
2. Quotes must include the Offeror's CAGE Code or DUNS Number.
3. Quotes must be valid until July 30, 2019.
4. Quotes must include delivery schedule.
5. Offerors must provide reps and certs indicating that boots meet the Buy American Act Requirements, failure to provide reps and certs with proposal will result in contractor being deemed non-responsive.
6. All contractors shall be registered in the System for Award Management (SAM) at the time an offer or quote is submitted to the government. Offerors shall ensure SAM registration is active. The official SAM website is https://www.sam.gov/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM.


(xvi) All questions shall be in writing. Questions shall be emailed to the primary point of contact shown on this RFQ. Questions not received within a reasonable time prior to the response date may not be answered.


Dave W. Mattila, Contract Specialist, Email usaf.wi.115-fw.mbx.fw-contracting@mail.mil - Scott E. Homner, Contract Specialist, Email usaf.wi.115-fw.mbx.fw-contracting@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP