NA This is a combined synopsis/solicitation for commercial item prepared in accordance with FAR Subpart 12.6 as supplemented with additional information included in this notice. The announcement constitutes the only solicitation. Proposals are being request ed and a written solicitation will not be issued. The solicitation number W912CN-04-T-0016 IS ISSUED AS A Request for Proposal (RFP), and incorporates provisions and clauses those are in effect through Federal Acquisition Circular 90-45. The North Americ an Industry Classification System code is 316213, with a small business standard of 500 employees. The acquisition is a firm-fixed contract to purchase: DESERT HOT WEATHER BOOTS, TAN, HIGH BLUCHER, RUBBER HEEL AND SOLE, LEATHER AND NYLON DUCK UPPPER SIZES AND QTY AS FOLLOWS: 2R/2PR,2W/2PR,2XW/2PR,2 Ãâý R/2PR,2 Ãâý W/2PR,2 Ãâý XW/2PR,3R/2PR,3W/2PR,3XW/2PR,4R/2PR 4W/2PR,4XW/2PR,4 Ãâý R/2 PR,4 Ãâý W/2PR,4 Ãâý XW/2PR,5R/8PR,5W/8PR,5XW/8PR,5 Ãâý W/8PR 5 Ãâý XW 8/PR,6R/5PR,6W/5PR,6XW/5PR,6 1/2R/5PR,6 Ãâý W/5PR,6 1/2XW/5PR,7R/40PR,7W/40PR 7XW/40PR,7 1/2R/100PR,7 Ãâý W/100PR,7 Ãâý XW/50PR,8R/100PR,8W/400PR,8XW/100PR,8 1/2R/250PR,8 1/2W/400PR,8 Ãâý XW/100PR,9R/250PR,9W/325 PR,9XW/50PR, 9 1/2R/400PR, 9 1/2W/505PR,9 Ãâý XW/100 PR,10R/250PR,10W/200PR,10XW/100PR,10 1/2R/500PR, 10 1/2W/125PR,10 1/2XW/100PR,11R/400PR,11W/100PR,11XW/62PR,11 1/2R/120PR, 11 1/2W/100PR,11 1/2XW/100PR,12R/125PR,12W/100PR,12XW/100PR,12 1/2R/100PR, 12 1/2W/100PR,12 1/2XW/50PR,13R/50PR,13W/50PR,13XW/50PR,13 1/2R/50PR,13 1/2W/12PR, 13 Ãâý XW/12PR,14R/12PR,14W/12PR,14XW/12PR, CLIN 0002 Boots, Model 790, Flyers, Lightweight, Summer (Desert) SIZES AND QTY AS FOLLOWS: SIZE AND QUANTIES AS FOLLOWS:3R/2PR,3W/2PR,3XW/2PR4R/2PR,4W/2PR,4XW/2PR,4 1/2R/2PR,4 1/2W/2PR,4 1/2XW/2PR,5R/8PR,5W/8PR,5XW/8PR,5 1/2R/8PR,5 1/2W/8PR, 5 /2XW/8PR,6R/5PR,6W/5PR,6XW/5PR, 6 1/2R/5PR,61/2W/5PR,61/2XW/5PR,7R/40PR,7W/40PR,7XW/40PR,7 1/2R/100PR,7 1/2W/100PR, 7 1/2XW/50PR,8R/100PR,8W/400PR,8XW/100PR,8 1/2R/250PR, 8 1/2W 400/PR,81/2XW/100PR,9R/250PR,9W/325PR,9XW/50PR,9 1/2R/400PR,91/2 W/505PR, 9 Ãâý W/100PR,10R/250PR,10W/200PR,10XW/100PR,10 1/2R/500PR,10 Ãâý W/125PR, 10 1/2XW 100/PR,11R/400PR,11W/100PR,11XW/62PR,11 Ãâý R/120PR,11 1/2W/100PR, 11 1/2XW/100PR,12R/125PR,12W/100PR,12XW/100PR,12 1/2R/100PR,12 1/2W/100PR, 12 1/2W/50PR,13R/50PR,13W/50PR,13XW/50PR,13 1/2R/50PR,13 1/2W/12PR, 13 Ãâý XW/12PR,14R/12PR,14W/12PR,14XW/12PR, Delivery of equipment shall be made FOB destination to CIF, Bldg 2070, Schofield Barracks, HI. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, apply. FAR 52.212-2 Evaluation âÃâ¬Ãâ Commercial Items âÃâ¬Ãâ As a minimum, the proposa l shall contain (1) Descriptive Literature to determine product acceptability; and (2) Price/Cost of the Brand name or equal and (3) delivery date of 12/26/03 as described in contract line items (CLINs) 0001 and 0002. Offerors who fail to follow the forma t and requirements listed in 1 through 3 may be found unacceptable. Proposals will initially be evaluated for product acceptability. Only proposals with acceptable products will be considered. Award will be made to the responsible offeror on the basis o f the lowest evaluated price and ability to meet the delivery date. Delivery dates are critical. The government may make multiple awards to meet required delivery date. The government may award a contract based on initial offers received, without discus sion of such offers; therefore, initial offer should contain the offerorâÃâ¬Ãâ¢s best terms from a cost or price and technical standpoint. Offerors must include a completed copy of the provision at FAR 51.212-3, Offeror Representations and Certifications à ¢Ãâ¬Ãâ Commercial Items and 52.212-7000 Offeror Representations and Certifications âÃâ¬Ãâ Commercial Items with all offers. The clause at FAR 52.212-4, Contract Terms and Conditions âÃâ¬Ãâ Commercial Items is applicable. FAR 52.212-5 Contract Terms and Co nditions Required to Im plement Statutes or Executive Orders- Commercial Items; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; FAR 52.203-10, Price or Fee adjustment for Illegal or Improper ActivityâÃâ¬Ã⢠52.219-8 Utilization of Small Busin ess Concerns and Small Disadvantaged Business Concerns; 52.219-14 Limitation on Subcontracting; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Disabled Veter ans and Veterans of the Vietnam Era; 52.222-0024 Preaward On-Site Equal Opportunity Compliance Evaluation; 52.203-3 Gratuities; 52.204-4 Printed or Copied Double Sided on Recycled Paper; 52.204-7001 Commercial and Government Entity Cage Code Reporting; 52. 209-7001 Disclosure of Ownership or Control by The Government of a Terrorist Country; 52.212-7001 Contract Terms and Conditions Required to Implement Statutes; 52.232-0017 Interest; 52.232-0033 Payment by Electronic Funds Transfer âÃâ¬Ãâ Central Contractor Registration; 52.242-13 Bankruptcy; 52.400-4096 Electronic Funds Transfer Payment; 52.233-2 Service of Protest; 52.204-1 Approval of Contract. The following DFAR Clauses applies: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payment Program; 252.225-7007 Buy American Act âÃâ¬Ãâ Commodities; 252.225-7014 Preference for Domestic Specialty Metals; 252.225-7015 Preference for Domestic Hand or Measuring Tools; 252.247-7024 Notification of Transportation of Supplies by Sea, 52.211-9, DESIRED AND REQUIRED TIME OF DELIVERY (JUN 1997) DESIRED DELIVERY SCHEDULE, CLINs 0001 and 0002, 12/26/03.Descriptive literature and pricing, e-mail to
[email protected] no later than 12/04/2003, 4:00 P.M. Hawaii Standard Time. For information regarding this solicitation, contact Patricia Lee (808) 438-6535, extension 205. All responsible sources may submit an offer. No telepho nic requests for the solicitation package will be accepted.
Bid Protests Not Available