Federal Bid

Last Updated on 27 Aug 2011 at 8 AM
Combined Synopsis/Solicitation
Yellowstone national park Wyoming

Name Brand or Equal Globe Structural Fire Boot Model Supreme #1201400

Solicitation ID Q1573107027
Posted Date 27 Aug 2010 at 6 PM
Archive Date 27 Aug 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Dsc Contracting Services Division
Agency Department Of Interior The
Location Yellowstone national park Wyoming United states 82190
This is a COMBINED SYNOPSIS / SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The National Park Service contemplates award of a firm fixed price contract as a result of this combined synopsis/solicitation to the vendor; providing the best value to the Government. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q1573107027. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-44 and are available in full text through Internet access at http:// www.acquisition.gov/far/. This RFQ is 100% set-aside for small business concerns. All small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). The North American Industry Classification System (NAICS) code is 423490 or 423850 and the small business size standard is 100 employees for both. QUOTES ARE DUE for this combined synopsis/solicitation on September 9, 2010 at 4:30 PM Mountain Daylight time and shall be delivered by the specified time to the National Park Service, Big Horn Canyon National Recreation Area, 20 Highway 14A East, Lovell, WY 82431, ATTN Andrea Brew. Faxed or emailed quotes are preferred with all required documentation; no oral quotations will be accepted. Quoters must furnish the company name, DUNS number, address, phone and fax number, email address if available, and official point of contact. All Quotes must be signed by authorized company official and faxed to 307-548-7826 or emailed to [email protected]. All questions regarding this solicitation should be faxed or emailed to [email protected]. Yellowstone National Park requires 20 pairs of Structural Fire Fighting Boots. This is a name brand or equal request for quote. The name brand product is Globe Structural Fire Boot - Model Supreme #1201400. Name brand or equal products that meet the following minimum salient characteristics will be considered: 14" pull-on boot - no lace up bootsHeavyweight, flame resistant and waterproof leather A full-height boot liner made from minimum 300g insulation with a moisture barrier Reflective material: Flame-resistant fluorescent and reflective material High-performance composite penetration-resistant insole Composite Shank - no steel shanks Outsole should be flame, abrasion, oil, acid, and slip resistant compound engineered for high-traction and durabilityAdditional traction for wear on water and ice. Reinforced Pull-Straps KEVLAR/NOMEX Protective Shield Shin Guard Composite Safety Toe Cap - No Steel toe Toe Bumper3D Molded Footbed: Removable foot bed, moisture wicking and anti-microbial fabric top layer. An additional removable foot bed Meet the Requirements of NFPA1971Sizes - Mens Medium:size 5 = 1 pairsize 6 = 1 pairsize 7 = 1 pairsize 8 = 2 pairsize 9 = 2 pair size 9.5 = 3 pairsize 10 = 2 pairsize 10.5 = 2 pairsize 11 = 2 pair size 11.5 = 2 pairsize 12 = 2 pair Delivery required no later than October 15, 2010 Quoted Price must include delivery to Yellowstone National Park, WY 82190 If providing an equal product provide name brand, model and specification of item quoting. Price per pair $________ Total for 20 Pairs $________ Shipping $________ TOTAL AMOUNT $________ Business Name: ____________________________ DUNS:___________________ Business Address: ____________________________________________________ Business Phone: ____________________________FAX: _____________________ Email Address:______________________________ Offeror Name: _____________________________ Date:_____________________ Offerors/Bidders/Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at http:// www.acquisition.gov/far/. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; Commercial, applies to this acquisition 52.212-2, EVALUATION-COMMERCIAL ITEMS - Evaluation factors include [a] price; 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, We request that you put the Reps and Certs information online at the ORCA website. The website is located: https://orca.bpn.gov/ or a completed copy of the provision at 52.212-3 must be submitted with the bid / offer; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXEC ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52.222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and, the following paragraph (b) clauses added: 52.222-19 Child Labor-Cooperation with Authorities and Remedies52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1 Buy American Act-Supplies52.219-6 Notice of Total Small Business Set Aside52.219-8 Utilization of Small Business Concerns52.219-14 Limitations on Sub Contracting52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration. Prohibition on text Messaging and Using Electronic Equipment Supplied by the Government While DrivingExecutive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, was signed by President Barack Obama on October 1, 2009 (ref.: http://edocket.acce4ss.gpo.gov/2009/pdf/E9-24203.pdf). This Executive Order introduces a Federal Government-wide prohibition on the use of text messaging while driving on official business or while using Government-supplied Equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime, please adopt and enforce policies that immediately ban text messaging while driving company-owned or -rented vehicles, government-owned or leased vehicles, or while driving privately owned vehicles when on official government business or when performing any work for or on behalf of the government.The Office of the Acquisition and Property Management will issue additional policies and procedures on implementing the Executive Order in the Department of the Interior Acquisition Regulation. END OF COMBINED SYNOPSIS/SOLICITATION.
Bid Protests Not Available

Similar Past Bids

Location Unknown 04 Mar 2020 at 5 PM
Texas 29 Apr 2021 at 4 AM
Las vegas Nevada 10 Feb 2021 at 9 PM
West point New york 18 Oct 2017 at 1 PM