This is a COMBINED SYNOPSIS/SOLICITATION for a commercial item 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA6656-13-T-0004 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-68 (26 June 2013) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20130626. This solicitation is a 100% Small Business Set Aside: The North American Industrial Classification System (NAICS) code for this commercial item is 315990; the small business size standard is 500 employees.
Notice to offerors: No Funds for this acquisition are currently available and may not become available. No award will be made until funds are available. The government reserves the right to cancel this solicitation, either before or after RFQ closing, with no obligation to the offeror by the government.
The 910th AW has a requirement to procure the commercial item listed below.
SCHEDULE OF SUPPLIES/SERVICES:
This acquisition is for the purchase of the following item(s):
CLIN 0001-One hundred eighty (180) ABU ECW, Extreme Cold Weather N3B Parka
Sizes and Quantities: Small (QTY 4), Medium (QTY 20), Large (QTY 52), X-Large (QTY 72) and XX Large (QTY 32).
- Military N-3B DESIGN PARKA MADE WITH ABU NYCO TWILL MATERIAL- INSULATED WITH 12OZ HOLOFIL QUILTED TO BLACK NYLON - SPLIT,FUR LINED SNORKEL HOOD WITH DRAWSTRING- DRAWSTRINGS AT WAIST AND HIP, ZIPPER CLOSURE- FRONT STORM FLAP WITH SNAPS-KNIT STORM CUFFS
-2 FRONT POCKETS
- ZIPPERED SLEEVE POCKET
- CONCEALED INSIDE POCKET
- RANK TAB ON FRONT STORM FLAP
- MADE IN THE USA
This parka is being used in extreme cold climates and must meet all UASF uniform requirements and have proper design, fit, and insulation thickness. All parkas must be new. Refurbished or used items are not acceptable.
The following Federal Acquisition Regulation (FAR) and Defense Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this acquisition and incorporated by reference. These provisions and clauses can be read in full text and accessed electronically at the following website: http://www.farsite.hill.af.mil.
List of applicable provisions:
FAR 52.212-1, Instructions to Offerors, Commercial Items (Feb 2012)
FAR 52.212-2, Evaluation -- Commercial Items, (JAN 1999)
The evaluation factors that will be used to determine award will be lowest price technically acceptable.
FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Dec 2012).
Offerors must include a completed copy of the provision at FAR Part 52.212-3 or have completed the on-line certification at http://www.sam.gov.
DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items (JUN 2005).
DFARS 252.225-7000, Buy American Statute--Balance of Payments Program Certificate (JUN 2012).
FAR 52.252-1,Solicitation Provisions Incorporated by Reference (FEB 1998).
List of applicable clauses:
FAR 52.212-4, Contract Terms and Conditions-Commercial items (FEB 2012)
FAR 52.212-5,Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items 9 Jan 2013 (DEVIATION)
FAR 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011)
FAR 52.219-13, Notice of Set-Aside of Orders (Nov 2011)
FAR 52.222-3, Convict Labor (June 2003)
FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012)
FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999)
FAR 52-222-26, Equal Opportunity (MAR 2007)
FAR 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010)
FAR 52.222-50, Combating Trafficking in Persons (FEB 2009)
FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003)
FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)
DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2012)
DFARS 252.225-7001, Buy American and Balance of Payments Program (DEC 2012)
DFARS 252.232-7003, Electronic Submission of Payment Requests (MAR 2008)
DFARS 252.211-7003, Item Identification and Valuation (Jun 2011)
DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights (JAN 2009)
FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998)
THE BERRY AMENDMENT WILL APPLY. The Defense appropriations and authorization acts and other statues impose restrictions on the DoD's acquisition of foreign products and service. Clothing and Textile items (as defined in DFARS Clause 252.225-7012) must be grown, reprocessed reused, melted or produced in the United States and, its possessions or Puerto Rico, unless one of the DFARS 225.7002-2 exceptions applies.
Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Offerors are required to provide their Contractor's DUNS Number, Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the System for Award Management (SAM) http://sam.gov, and Wide Area Workflow (WAWF) for payment purposes. For WAWF assistance, please visit their website at: https://wawf.eb.mil/ or by phone at: 801-605-7095. Offerors must have a current SAM record prior to receiving an award for this solicitation. All responsible sources may submit a response which, if received by the closing date listed below, shall be considered by the 910 MSG/CONF. All quotes must state at a minimum: the unit price, discount/payment terms, delivery time after receipt of award, and FOB terms. Offerors are responsible for ensuring their quote has been received and is legible. Quote must be received by the 910th Contracting Office no later than 1:00 p.m. Eastern Standard Time (EST) on 16 September 2013. Please submit quote via email to [email protected], fax at (330) 609-1042, or by mail to 910th MSG/CONF, BLDG 504, ATTN: Carolyn Milkovich, Youngstown Air Reserve Station, 3976 King Graves Road-Unit 31, Vienna Ohio 44473. If you have any questions or require additional information, please call at (330) 609-1045.
Government's intent is to award a single contract between the Government and the Contractor, to the lowest price technically acceptable offer. This notice does not obligate the government to award a contract, nor does it obligate the government to pay for any quotation preparation costs.
Contracting Office Address:
Youngstown Air Reserve Station
910 MSG/CONF
3976 King Graves Rd-Unit 31
Vienna, OH 44473-5931
Place of Delivery/Acceptance:
910 MOF/MXOR
3976 King Graves Rd.
Vienna, OH 44473-5931