Federal Bid

Last Updated on 01 Oct 2011 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Parka/Trousers

Solicitation ID F3ZT861223A004
Posted Date 08 Sep 2011 at 11 PM
Archive Date 01 Oct 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4427 60 Cons Lgc
Agency Department Of Defense
Location United states
The solicitation number is F3Z3671179A002. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 effective 5 Jul 2011; Defense DCN 20110819 effective 19 August 2011, and AFAC 2011-0714 effective 14 July 2011. This acquisition is a small business set aside. The North American Industry Classification System (NAICS) code is 315211. The business size standard is 750 employees. The Federal Supply Class (FSC) is 8415. The Standard Industrial Classification (SIC) is 2326.

0001: Patrol Parka: Multicam Size Large Qty: 9Ea
0002: Patrol Parka: Multicam Size XL Qty: 7Ea
0003: Patrol Parka: Multicam Size XXL Qty: 2Ea
0004: Patrol Trouser: Multicam Size MED Qty: 2Ea
0005: Patrol Trouser: Multicam Size LG Qty: 8Ea
0006: Patrol Trouser: Multicam Size XL Qty: 5Ea
0007: Patrol Trouser: Multicam Size XXL Qty: 3Ea

All Parka's Must meet the below requirements:

3-Layer Stedair fabric, waterproof, fully seam-taped, highly breathable, full parka length-cut, hood stows in the collar has two adjustments and is helmet compatible, all zippers are water resistant, armpit zips, two high volume low profile sleeve pockets accessible while wearing body armor, velcro on sleeve pockets for patches, two deep chest pockets located above belt line and accessible while wearing a ruck, one handed draw strings, brushed chin guard lining.

All Trouser's must meet the below requirements:

3-Layer Stedair fabric, waterproof, high rise waist, articulated knees, all zippers water resistent, zippered front fly, removable suspenders.

Award shall be made in the aggregate, all or none.

The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in:

FAR 52.212-1 Instructions to Offerors -- Commercial Items (June 2008).
FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies
FAR 52.222-3 Convict Labor
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 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards
FAR 52.204-9 Personal Identity Verification of Contractor Personnel
FAR 52.233-3Protest after Award
FAR 52.233-4Applicable Law for Breach of Contracts
FAR 52.222-50 Combating Trafficking in Persons
FAR 252.204-7003 Control of Government Personnel Work Products
FAR 252.232-7010 Levies on Contract Payments
FAR 252.232-7003 Electronic Submission of Payment Requests
D FARS 252.247-7023 (Alt III) Transportation of Supplies by Sea
FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) 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. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirements IAW SOW; (ii) price.
FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (June 2008) FAR 52.212-4 Contract Terms and Conditions (October 2008) - Commercial Items will be incorporated into any resultant Purchase Order by reference.
FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation) (December 2008).
FAR 52.219-6 Notice of Total SB Set Aside
FAR 52.219-28 Post-Award Small Business Program Representation (June 2007).
FAR 52.222-21 Prohibition of Segregated Facilities (February 1999).
FAR 52.222-26 Equal Opportunity (March 2007).
FAR 52.222-36 Affirmative Action for Workers with Disabilities (June 1998).
DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III (May 2002).
FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil (February 1998).
FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2 (April 1984).
DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation (December 2008).
AFFARS 5352.201-9101 Ombudsman.
AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance

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.

Please send any questions to [email protected] or fax to 707-424-5189 NO LATER THAN 14 Sept 2011, 05:00 PM, PST and offers NO LATER THAN 16 Sept 2011, 11:00 AM, PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award.

Point of contact is A1C Joseph Holt, Contract Specialist, telephone 707-424-7743. Alternate POC is TSgt Asim Siddiqui, Contracting Officer, telephone 707-424-7738.

Bid Protests Not Available

Similar Past Bids

Lackland air force base Texas 30 Jun 2011 at 4 PM
Location Unknown 10 Sep 2019 at 6 PM
Location Unknown 03 Dec 2008 at 2 PM
Norfolk Virginia 02 Jul 2009 at 12 PM
Location Unknown 01 Jun 2009 at 8 PM

Similar Opportunities

Location Unknown 14 Jul 2025 at 4 AM
Location Unknown 14 Jul 2025 at 4 AM
Location Unknown 14 Jul 2025 at 4 AM
Location Unknown 14 Jul 2025 at 4 AM
Location Unknown 14 Jul 2025 at 4 AM