The RFP Database
New business relationships start here

Deployment Clothing Equipment (7C, QA)


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

May 22, 2019
MEMORANDUM FOR ALL PROSPECTIVE OFFERORS

FROM: TSgt Jarrod Sanchez
CA ANG, 144 FW/MSC 5323 E McKinley Ave
Fresno, CA 93727


SUBJECT: Request for Quote, Deployment Clothing Equipment (7C, QA)


1. The California Air National Guard, 144 Fighter Wing, located at Fresno ANGB, CA intends to establish a Firm Fixed Price contract for Deployment Clothing and Equipment.


2. General Information:


Notice Type: Combined Synopsis/Solicitation
Solicitation Number: Title: W912LA19Q6034
Deployment Clothing Equipment (7C, QA)
Posted Date: 23 May 2019
Solicitation Response Date: 31 May 2019, 5:00 PM PDT
Estimated Award Date: Estimated Delivery Date: 5 June 2019
19 June 2019
Set Aside: Total Small Business Set-Aside
NAICS Code: 315210 - Cut and Sew Apparel Contractors: 750 Employees
Point of Contract: TSgt Jarrod Sanchez, Contracting Specialist
CA ANG, 144 FW/MSC
jarrod.a.sanchez.mil@mail.mil
Phone: 559-454-5129


3. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. Additionally, the Government will utilize simplified procedures in accordance with FAR Part 13.


4. This combined synopsis/solicitation is issued as a Request for Proposal (RFP) with solicitation number W912LA19Q6034.


5. This solicitation document, incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 2019-02TA effective 6 May 2019.


6. Contractor Responsibility: The Contractor shall provide all items necessary--including, but not limited to, all equipment, supplies, transportation, labor, and supervision--necessary to deliver the required items.


7. Description of Requirement: Requirement consists of contractor to deliver uniform and equipment items IAW AFI 36-2903 when applicable. The quantities and descriptions are provided on two attached listings. All items are needed to be delivered in approximately two weeks ADC. Quote should be listed in the same order as the attached spreadsheets. A quote should be provided for each spreadsheet. A schedule of items must summarize the "7C total" and "QA total." A total quote must be provided that adds the two listing totals.
FOB: Destination for delivery to:
144 LRS Clothing Supply
Attn: SSgt Bryan
5323 E. McKinley Ave
Fresno, CA 93727


See the two attached listings titled "Clothing Equipment List, ESP 7C" and "Clothing Equipment List, ESP QA" for full requirement descriptions and quantities.



SCHEDULE OF ITEMS
SUPPLIES OR SERVICES, AND PRICES/COSTS
PROJECT
Deployment Clothing and Equipment



W912LA19R5003


UNIT
SOL. #
ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL PRICE


0001
Clothing Equipment List, ESP 7C
EA
1
$
$


0002
Clothing Equipment List, ESP QA
EA
1
$
$


TOTAL $

QUOTE SUBMITTED BY:
Ordering Address Point of Contact Phone Number Fax Number

E-Mail Address Quote Date DUNS Number Web Address


8. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (Aug 2018) and the addendum, applies to this acquisition.


Addendum to FAR 52.212-1, Instructions to Offerors - Commercial Items (Aug 2018) Request for Quotation (RFQ) shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME; ADDRESS; CAGE CODE; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable).


Offeror shall complete, and include with its submission, the following:


a. Schedule of Items Total Pricing


b. Quote for each listing (7C and QA). Provide one quote for 7C deployment clothing equipment and one quote for QA deployment clothing equipment.


c. If items cannot be shipped within 2 weeks or equivalent "or equal" items are being quoted a brief remark should be provided on the spreadsheet listing to explain the alternate brand or delayed shipping.


d. FAR 52.212-3, Offeror Representations and Certifications


Addendum to FAR 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers."


9. The provision at FAR 52.212-2, Evaluation - Commercial Items (Oct 2014), and the addendum, applies to this acquisition.


Addendum to FAR 52.212-2, Evaluation - Commercial Items (Oct 2014)
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 and other factors considered. Award shall be based on all or none and best value to the government.
Award shall me made to the lowest priced, technically acceptable offeror. The Government may award without discussions; however, the Government reserves the right to conduct discussions if deemed in the Government's best interest


Award will be made to the offeror who provides the lowest price technically acceptable offer to the government. The following factors shall be used to evaluate offers:


a. Satisfying listed item descriptions to meet intended specifications


b. Price


c. Delivery time


10. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Aug 2018), Alternate I (Oct 2014), with their offer, or the offeror shall complete paragraph (b) of FAR 52.212-3, if the offeror has completed the annual representations and certifications electronically at http://www.sam.gov.


Vendors must be actively registered in the System for Award Management (SAM); the website is https://www.sam.gov/portal/public/SAM/ . Contact SAM at US Calls: 866-606-8220, International Calls: 1-334-206-7828, however, a DUNS number must be known prior to registration. Call Dun and Bradstreet at 1-888-546-0024 to verify or apply for a Duns number; the website is http://fedgov.dnb.com/webform.


11. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Aug 2018), applies to this acquisition.


12. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEVIATION 2018-O0021) (SEP 2018), applies to this acquisition.


a. The Contractor shall comply with the FAR clauses in this paragraph that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:


(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
(2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).
(3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009).
(4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).
(5) [Reserved]
(6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).
(7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).
X (8) 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).
X (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313).
(10) [Reserved]
(11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15
U.S.C. 657a).
(ii) Alternate I (Nov 2011) of 52.219-3.
(12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a).
(ii) Alternate I (Jan 2011) of 52.219-4.
(13) [Reserved]
X (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).
(ii) Alternate I (Nov 2011).
(iii) Alternate II (Nov 2011).
(15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).
(ii) Alternate I (Oct 1995) of 52.219-7.
(iii) Alternate II (Mar 2004) of 52.219-7.
(16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)).
(17) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637 (d)(4)).
(ii) Alternate I (Nov 2016) of 52.219-9.
(iii) Alternate II (Nov 2016) of 52.219-9.
(iv) Alternate III (Nov 2016) of 52.219-9.
(v) Alternate IV (Nov 2016) of 52.219-9.
(18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).
(19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)).
(20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).
(21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f).
X (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)).
(23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).
(24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15
U.S.C. 637(m)).
X (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
X (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126).
X (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
X (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
X (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
X (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
X (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
X (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).
X (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and
E.O. 13627).
(ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627).
(34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)
(35) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016).(Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017).
(36) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016).
(37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA- Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisitionof commercially available off-the-shelf items.)
(ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)
(38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693).
(39) 52.223-12, Maintenance, Service, Repair, or Disposal ofRefrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693).
(40) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514
(ii) Alternate I (Oct 2015) of 52.223-13.
(41) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514).
(ii) Alternate I (Jun 2014) of 52.223-14.
(42) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).
(43) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514).
(ii) Alternate I (Jun 2014) of 52.223-16.
X (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving(Aug 2011) (E.O. 13513).
(45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).
(46) 52.223-21, Foams (Jun 2016) (E.O. 13696).
(47) (i) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).
(ii) Alternate I (Jan 2017) of 52.224-3.
(48) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).
(49) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41
U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110- 138, 112-41, 112-42, and 112-43).
(ii) Alternate I (May 2014) of 52.225-3.
(iii) Alternate II (May 2014) of 52.225-3.
(iv) Alternate III (May 2014) of 52.225-3.
(50) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).
X (51) 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) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
(53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).
(54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).
(55) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)).
(56) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10
U.S.C. 2307(f)).
X (57) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332).
(58) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332).
(59) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).
(60) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).
(61) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(12)).
(62) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631).
(ii) Alternate I (Apr 2003) of 52.247-64.


13. List of Attachments


• Clothing Equipment List, ESP 7C
• Clothing Equipment List, ESP QA


14. Offerors shall provide quotes no later than 31 May 2019, 5:00 PM PDT to the address below or via email (email is preferred, send email to all representatives below):


TSgt Jarrod Sanchez, Contracting Specialist
SMSgt Anthony Olivas, Contracting Specialist
CA ANG, 144 MSG/MSC
jarrod.a.sanchez.mil@mail.mil; anthony.c.olivas.mil@mail.mil


144 FW Contracting Office
5323 E McKinley Ave
Fresno ANGB, CA 93727
Phone: 559-454-5129


15. If there are any questions on this combined synopsis/solicitation, please contact the individual listed above.


 


Jarrod A. Sanchez, Contracting Specialist, Phone 5594545129, Email jarrod.a.sanchez.mil@mail.mil - Anthony C. Olivas, Contracting Officer, Phone 5594545128, Email anthony.c.olivas.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP