Federal Bid

Last Updated on 17 Aug 2020 at 10 PM
Combined Synopsis/Solicitation
Draper Utah

Tactical Socks

Solicitation ID W911YP20R0028
Posted Date 17 Aug 2020 at 10 PM
Archive Date 15 Sep 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7n3 Uspfo Activity Ut Arng
Agency Department Of Defense
Location Draper Utah United states 84020

This combined synopsis/solicitation and is being issued as a total small business set aside. The Northern America Industry Classification System Code (NAICS) is 315110, Hosiery and Sock Mills. NAICS codes 315210 and 339920 may also be acceptable. This combined synopsis/solicitation shall be the only request for quote; an addition solicitation will not be published. The Government will not be liable for any cost associated with preparing and providing quote and retains the right to withdraw this notification at any time without notice The Utah Army National Guard has a requirement to purchase the following:

Durable socks for hot and cold temperatures.

600 pair small, 2515 pair medium, 5800 pair large, and 700 pair extra large.

Coyote tan color.

Merino wool to assist with anti-microbial and moisture wicking (alternate material will need to provide specifications).

Flame resistant.

Reinforced heal and toe.

Seamless toe.

Over the calf with compression.

Evaluations Factors: Award will be made on the basis of best value. Price will be the primary consideration. Technical specifications may also be considered equal importance to price, especially if the lowest price does not demonstrate best fit to the above specifications. Please include expected delivery time and full description and specifications with your proposal. The Government may elect to award to other than lowest price.

All firms or individuals responding must meet all standards required to conduct business with the Government, including registration with SAM and WAWF/iRAPT, and be in good standing with the Government. The System for Award Management (SAM) and Federal Awardee Performance and Integrity Information System (FAPISS) will be reviewed for responding vendors to determine if the vendor is in good standing. All qualified responses will be considered by the Government. Quotes must include CAGE/DUNS number, federal tax number and company's point of contact information.

Please provide your submission to the United States Property and Fiscal Office Purchasing and Contracting Division no later than the indicated date and time. All submissions should be sent via email to: [email protected]. Facsimiles are not acceptable. Question regarding this requirement must be submitted via email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered.

In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing. Offers may obtain information on registration at www.sam.gov . Failure to provide SAM registration may result in your quote being disqualified from consideration.

The following provisions and clauses are applicable to this solicitation:

FAR 52.202-1 - Definitions

FAR 52.203-3 - Gratuities

FAR 52.203-6 Alt 1 - restrictions on Subcontractor Sales to the Government

FAR 52.204-4 - Printed or Copied Double Sided or Post-consumer Fiber Content Paper

FAR 52.204-7 - Central Contractor Registration

FAR 52.204-10 - Reporting Executive Compensation and First-tier Subcontracting Awards

FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred,

Suspended, or Proposed for Debarment

FAR 52.212-1 - Instructions to Offerors

FAR 52.212-3 Alt 1 - Offeror Representations and Certifications-Commercial Items

FAR 52.212-4 - Terms and Conditions - Commercial

FAR 52.212-5 - Dev - Statutes/Exec Orders

FAR 52.219-1 (Alt I) - Small Business Program Representation

FAR 52.219-6 - Notice of Total Small Business Set-Aside

FAR 52.219-8 - Utilization of Small Business Concerns

FAR 52.219-14 - Limitations on Subcontracting

FAR 52.219-28 - Post-award Small Business Program Representations

FAR 52.222-3 - Convict Labor

FAR 52.222-21 - Prohibit Segregated Facilities

FAR 52.222-22 - Previous Contract and Compliance Reports

FAR 52.222-25 - Affirmative Action

FAR 52.222-26 - Equal Opportunity

FAR 52.222-35 - Equal Opportunity for Veterans

FAR 52.222-36 - Affirmative Action for Workers With Disabilities

FAR 52.222-37 - Employment Reports on Special Disabled Veterans

FAR 52.222-40 - Notification of Employees Rights Under the National Labor Relations Act

FAR 52.222-41 - Service Contract Act of 1965

FAR 52.222-42 - Statement of Equivalent Rate s for Federal Hires

FAR 52.222-43 - Fair Labor Standards Act and Service Contracts Act Price Adjustment (Multiple Year and Option Contracts)

FAR 52.22 2-50 - Combating trafficking in Persons

FAR 52.222-54 - Employment Eligibility Verification

FAR 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving

FAR 52.225-23 - Restrictions on Certain Foreign Purchases

FAR 52.225-25 - Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran Representation and Certifications

FAR 52.232-1 - Payments

FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration

FAR 52.233-1 - Disputes

FAR 52.233-2 - Service of Protest

FAR 52.233-3 - Protest After Award

FAR 52.233-4 - Applicable Law for Breach of Contract Claim

FAR 52.243-1 (Alt 1) - Changes-Fixed Price

FAR 52.247-34 - FOB Destination

FAR 52.249-4 - Termination for Convenience of the Government (Services)(Short Form)

FAR 52.252-1 - Provisions Incorporated by Reference

FAR 52.252-2 - Clauses Incorporated by Reference

FAR 52.252-5 - Authorized Deviations in Provisions

FAR 52.252-6 - Authorized Deviation in Clauses

DFARS 252.203-7000 - Requirement Relating to Compensation of Former DoD Officials

DFARS 252.203-7002 - Requirements to Inform Employees of Whistleblower Rights

DFARS 252.204-7003 - Control of Government Personnel Work Product

DFARS 252.204-7004 Alt A - Required Central Contractor Registration

DFARS 252.209-7995 - Representation by Corporations Regarding Un paid Delinquent Tax Liability of a Felony Conviction Under Any Federal Law

DFARS 252.212-7000 - Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items

DFARS 252.212-7001 - Dev Terms and Conditions

DFARS 252.225-7001 - Buy America Act and Balance of Payments Program

DFARS 252.225-7002 - Qualifying Country as Subcontractors

DFARS 252.225-7012 - Preference for Certain Domestic Commodities

DFARS 252.232-7003 - Electronic Submission of Payment Requests

DFARS 252.232-7010 - Levies on Contract Payments

DFARS 252.237-7010 - Prohibition of Interrogation of Detainees by Contract Personnel

DFARS 252.243-7001 - Pricing of Contract Modifications

DFARS 252.243-7002 - Requests for Equitable Adjustment.

FAR 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make full text available. Also, the full text of a clause may be accessed electronically at https://www.acquisition.gov/browse/index/far .

IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award. Prospective vendors should visit the SAM website at http://www.sam.gov/start.aspx to register.

Bid Protests Not Available

Similar Past Bids

Location Unknown 03 Sep 2024 at 4 AM
Location Unknown 23 Feb 2023 at 5 AM
Location Unknown 26 Mar 2025 at 4 AM
Location Unknown 05 May 2025 at 4 AM
Usaf academy Colorado 01 Mar 2021 at 4 PM

Similar Opportunities

Vancouver Washington 12 Jul 2025 at 12 AM
Washington District of columbia 18 Oct 2027 at 8 PM
Washington District of columbia 18 Oct 2027 at 8 PM
Washington District of columbia 18 Oct 2027 at 8 PM
Washington District of columbia 18 Oct 2027 at 8 PM