The RFP Database
New business relationships start here

Security Forces Clothing (Fire Retardant)


Washington, 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 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.






Solicitation number: F6T3LS8108AW01 is hereby issued as a Request for Quote (RFQ). The





Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, 06 NOV 2017 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20180323.  It is the contractor's responsibility to become familiar with applicable clauses and provisions.  This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 315990 with number of employees not to exceed 500.

Description of Requirement:

 

CLIN 0001: Furnish Security Forces Clothing (Fire Retardant)

 

** See Description of Requirement for all items, (OR EQUAL) products will be accepted if they meet the minimum essential characteristics of items given for reference.

                                                                                                Total    $__________________  


 


**ALL SUGGESTED BRANDS ARE FOR REFERENCE ONLY.  EQUAL PRODUCTS WILL BE ACCEPTED AS LONG AS THEY ARE COMPLIANT AND MEET THE ESSENTIAL CHARACTERISTICS LISTED IN THE DESCRIPTION OF REQUIREMENT AND ACCOMPANYING SOW. ** In addition to price and technical acceptability as outlined in the SOW, products will be evaluated based on material quality, and delivery.  A firm fixed price contract will be awarded on a Best Value basis. 

Delivery requirement: 15 MAY 2018, FOB Destination to Fairchild AFB, WA.   Exact address will be provided upon award.

Delivery and install will be at/to:

SSgt Mary Beth Ochoa

141 LRS 400 S Gate 35 Rd, bldg 2045

Fairchild AFB, WA 99011

Quote Information:

 

Quotes must be submitted and received no later than 2:00 PM Pacific Time 02 MAY 2018.  Quotes may be e-mailed to the attention of P.O.C.s listed below.

 

Contact Information:

 

BUYER: Robert Jones

Alternate Buyer:  Matthew Richard

Emails:   141MSG.MSC@us.af.mil  

 

Financing Information:


Telephone quotes will not be accepted.  Award will only be made to contractors who have registered with System for Award Management (SAM).  Vendors may register at: http://www.sam.gov.

 

PROVISIONS AND CLAUSES


Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.


FAR 52.204-7, System for Award Management Registration


FAR 52.204-9, Personal Identity Verification of Contractor Personnel


FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards


FAR 52.204-16, Commercial and Government Entity Code Maintenance


FAR 52.211-6, Brand Name or Equal (IF APPLICABLE)


FAR 52.212-1, Instructions to Offerors-Commercial Items


FAR 52.212-2, Evaluation-Commercial Items Evaluation.  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 as well as technically acceptability, material quality and delivery time of all items "all or none" is the evaluation criteria.  This is a best value decision. 


FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov


FAR 52.212-4, Contract Terms and Condition-Commercial Items


FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply 


FAR 52.219-6, Notice of Total Small Business Set-Aside


FAR 52.219-28, Post Award Small Business Representation


FAR 52.222-3, Convict Labor


FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies


FAR 52.222-21, Prohibition of Segregated Facilities


FAR 52.222-26, Equal Opportunity


FAR 52.222-36, Affirmative Action for Workers with Disabilities


FAR 52.222-50, Combating Trafficking in Persons


FAR 52.223-5, Pollution Prevention and Right to Know Information


FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving


FAR 52.225-13, Restrictions on Certain Foreign Purchases


FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration


FAR 52.232-39, Unenforceability of Unauthorized Obligations


FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors


FAR 52.233-3, Protest After Award


FAR 52.233-4, Applicable Law for Breach of Contract Claim


FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation


FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil


DFARS 252.201-7000, Contracting Officer's Representative


DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials


DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials


DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements


DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information


DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors


DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law


DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items  


DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items


DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials


DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate


DFARS 252.225-7001, Buy American Act and Balance of Payments Program


DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award)


DFARS 252.232-7010, Levies on Contract Payments


DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel


DFARS 252.244-7000, Subcontracts for Commercial Items


DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alt III


 Submission of Invoices

In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF).  Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.


Robert D. Jones, Phone 5092477224, Email robert.jones.88@us.af.mil - Matthew R. Richard, Phone 5092477223, Email Matthew.Richard@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP