Combined Synopsis/Solicitation - Honeywell Firefighter Boots

Agency:
State: California
Level of Government: Federal
Category:
  • 84 - Clothing, Individual Equipment, and Insignia
Opps ID: NBD00159673649221913
Posted Date: Jan 5, 2024
Due Date: Jan 17, 2024
Source: Members Only
Follow
Combined Synopsis/Solicitation - Honeywell Firefighter Boots
Active
Contract Opportunity
Notice ID
N6278624T0002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA SUPSHIP
Office
SUP OF SHIPBUILDING CONV AND REPAIR
Looking for contract opportunity help?

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).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 05, 2024 10:37 am EST
  • Original Date Offers Due: Jan 17, 2024 11:59 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 01, 2024
  • Initiative:
    • None
Classification
  • 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:
    San Diego , CA 92154
    USA
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is N6278624T0002 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 316210 with a small business size standard of 1,000.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit quotes. FOB Destination shall be SAN DIEGO, CA 92154.



SUPSHIP Bath requires the following items, Brand Name Only (Exact Match, see attached J&A), to the following:



LI 001: BT5050B-7-D - Model 5050B 14" Leather Struximity Firefighting Boot

NFPA 1971 Structural/Proximity certified, NFPA 1992

Splash , Berry Compliant SZ 7D, 1 EA;





LI 002: BT5050B-8-D - Model 5050B 14" Leather Struximity Firefighting Boot

NFPA 1971 Structural/Proximity certified, NFPA 1992

Splash , Berry Compliant SZ 8D, 1 EA;





LI 003: BT5050B-9-D - Model 5050B 14" Leather Struximity Firefighting Boot

NFPA 1971 Structural/Proximity certified, NFPA 1992

Splash , Berry Compliant SZ 9D, 7 EA;





LI 004: BT5050B-10-D - Model 5050B 14" Leather Struximity Firefighting Boot

NFPA 1971 Structural/Proximity certified, NFPA 1992

Splash , Berry Compliant SZ 10D, 7 EA;





LI 005: BT5050B-11-D - Model 5050B 14" Leather Struximity Firefighting Boot

NFPA 1971 Structural/Proximity certified, NFPA 1992

Splash , Berry Compliant SZ 11D, 7 EA;





LI 006: BT5050B-12-D - Model 5050B 14" Leather Struximity Firefighting Boot

NFPA 1971 Structural/Proximity certified, NFPA 1992

Splash , Berry Compliant SZ 12D, 7 EA;





LI 007: BT5050B-13-D - Model 5050B 14" Leather Struximity Firefighting Boot

NFPA 1971 Structural/Proximity certified, NFPA 1992

Splash , Berry Compliant SZ 13D, 4 EA;





LI 008: BT5050B-14-D - Model 5050B 14" Leather Struximity Firefighting Boot

NFPA 1971 Structural/Proximity certified, NFPA 1992

Splash , Berry Compliant SZ 14D, 1 EA;





LI 009: BT5050B-15-D - Model 5050B 14" Leather Struximity Firefighting Boot

NFPA 1971 Structural/Proximity certified, NFPA 1992

Splash , Berry Compliant SZ 15D, 1 EA;





LI 010: BT5050B-7-D - Model 5050B 14" Leather Struximity Firefighting Boot

NFPA 1971 Structural/Proximity certified, NFPA 1992

Splash , Berry Compliant SZ 7D, 1 EA;





LI 011: BT5050B-8-D - Model 5050B 14" Leather Struximity Firefighting Boot

NFPA 1971 Structural/Proximity certified, NFPA 1992

Splash , Berry Compliant SZ 8D, 1 EA;





LI 012: BT5050B-9-D - Model 5050B 14" Leather Struximity Firefighting Boot

NFPA 1971 Structural/Proximity certified, NFPA 1992

Splash , Berry Compliant SZ 9D, 7 EA;





LI 013: BT5050B-10-D - Model 5050B 14" Leather Struximity Firefighting Boot

NFPA 1971 Structural/Proximity certified, NFPA 1992

Splash , Berry Compliant SZ 10D, 7 EA;





LI 014: BT5050B-11-D - Model 5050B 14" Leather Struximity Firefighting Boot

NFPA 1971 Structural/Proximity certified, NFPA 1992

Splash , Berry Compliant SZ 11D, 7 EA;





LI 015: BT5050B-12-D - Model 5050B 14" Leather Struximity Firefighting Boot

NFPA 1971 Structural/Proximity certified, NFPA 1992

Splash , Berry Compliant SZ 12D, 7 EA;





LI 016: BT5050B-13-D - Model 5050B 14" Leather Struximity Firefighting Boot

NFPA 1971 Structural/Proximity certified, NFPA 1992

Splash , Berry Compliant SZ 13D, 4 EA;





LI 017: BT5050B-14-D - Model 5050B 14" Leather Struximity Firefighting Boot

NFPA 1971 Structural/Proximity certified, NFPA 1992

Splash , Berry Compliant SZ 14D, 1 EA;





LI 018: BT5050B-15-D - Model 5050B 14" Leather Struximity Firefighting Boot

NFPA 1971 Structural/Proximity certified, NFPA 1992

Splash , Berry Compliant SZ 15D, 1 EA;





***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond.





This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.

All quotes must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications.

New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer’s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer’s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software.

All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award.



The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acquisition.gov/far/

52.204-19, 52.204-26, 52.211-5, 52.211-6, 52.219-6 (DEVIATION 2020-O0008)52.232-33, 52.246-1, 52.249-1, 52.249-8, 52.225-25, 52.252-2, 252.203-7000, 252.203-7002, 252.204-7000, 252.204-7003, 252.204-7006, 252.204-7008, 252.204-7009, 252.204-7012, 252.213-7000, 252.204-7015, 252.204-7018, 252.215-7012 252.215-7013, 252.225-7001, 252.225-7012, 252.225-7015, 252.225-7048,252.231-7000, 252.232-7003, 252.232-7006, 252.239-7017, 252.239-7018, 252.243-7001, 252.244-7000


Attachments/Links
Contact Information
Contracting Office Address
  • 574 WASHINGTON ST
  • BATH , ME 04530
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 05, 2024 10:37 am ESTCombined 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.

Start Free Trial Today >