Establishing a Blanket Purchase Agreement (BPA) with and expected ordering period not to exceed four (4) years, Safety Footwear, sold from a contractor-owned, contractor operated, trailer or truck
Agency: | DEPT OF DEFENSE |
---|---|
State: | Maryland |
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159389295851083 |
Posted Date: | Apr 9, 2024 |
Due Date: | Apr 23, 2024 |
Solicitation No: | N0016724Q0102 |
Source: | Members Only |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Apr 09, 2024 08:03 am EDT
- Original Date Offers Due: Apr 23, 2024 12:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: May 08, 2024
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 8430 - FOOTWEAR, MEN'S
-
NAICS Code:
- 316210 - Footwear Manufacturing
-
Place of Performance:
Bethesda , MD 20817USA
This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13 as supplemented with additional information included in this notice. Naval Surface Warfare Center Carderock Division (NSWCCD) intends to award a firm fixed price (FFP) purchase order using Simplified Acquisition Procedures for Blanket Purchase Agreement (BPA) with and expected ordering period not to exceed four (4) years, that establishes the terms and conditions applicable to Safety Footwear, sold from a contractor-owned, contractor operated, trailer or truck suitable for dispensing footwear to two NSWCCD locations that meets the specifications outlined below. This solicitation is set aside for small business. This announcement constitutes the only solicitation, and a written solicitation will not be issued. Quotes are being requested under Request for Quotation (RFQ) no. N0016724Q0102. The NAICS code is 316210 and the business size standard is 1,000 employees.
The provisions and clauses included and/or incorporated in this solicitation document are those in effect through the Federal Acquisition Circular. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular FAC 2024-03 and the Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20240326. SEE ATTACHED SOLICITATION FOR CLAUSES AND PROVISIONS.
The Government will award a contract resulting from this solicitation to the responsible quoter whose quote, conforming to the solicitation that will be most advantageous to the Government, price and other factors considered. The Government intends to evaluate all timely quotes received from eligible quoters on a technical capability/approach basis. The Government intends to evaluate quotations and award a contract without discussions with quoters.
Evaluation Factors (See 52.212-2- Evaluation—Commercial Products and Commercial Services)
- Technical Capability/Approach – Quotes must reflect the required specifications included in the RFQ.
- Past Performance - The past performance evaluation assesses the degree of confidence the Government has in the Offeror’s ability to provide products and services that meet its customers’ needs based on a demonstrated record of performance.
Questions/clarification regarding this solicitation must be submitted via email to Michael Brodie michael.s.brodie7.civ@us.navy.mil by Friday, 12 April 2024 12:00 PM EST all questions will be answered in an amendment to the solicitation.
Quote packages are due by Tuesday, 23 April 12:00 PM EST. Late quotes will not be considered.
SUBMISSION OF RESPONSES: Responses shall include brief information regarding the appropriate set-aside category and the ability to provide the required products/services to meet the Government's needs and how the company will meet the minimum requirements.
- Responding vendors are not required to cover all service locations.
- Responses shall include which location(s) the responding vendor is able to provide coverage.
Quote packages shall be sent to michael.s.brodie7.civ@us.navy.mil and contain a cover sheet that provides the following information:
- Official Company Name;
- Point of contact including name and phone number; and
- Cage Code number;
- SAM UEI number.
The Point of Contact for this acquisition is Michael Brodie at michael.s.brodie7.civ@us.navy.mil.
- CARDEROCK DIVISION 9500 MACARTHUR BOULEVARD
- BETHESDA , MD 20817-5700
- USA
- Michael S. Brodie
- michael.s.brodie7.civ@us.navy.mil
- Phone Number 7574781118
- Apr 09, 2024 08:03 am EDTCombined Synopsis/Solicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.