1. The South Carolina Army National Guard (SCARNG) has a requirement for (169) pairs of Safe-to-Fly Boots (see Solicitation W912QG-25-QA007-redacted attached). Boots must conform to the Air Force Safe-to-Fly requirements (STF List 17SEP21 attached). They must also meet the following characteristics (AR670-1 compliant, Color: Coyote, Hot Weather, Fire Retardant). CLIN 2 Quantity of 28 must meet all characteristics and be Steel Toed. See attachment titled Required Boot Sizes and Quantities List (Purchase Description) for a breakdown of all quantities, sizes and required characteristics.
Full quantity and required sizes of boots must be available and delivered within 45 days of award. Backorders or partial delivery after 45 days of award will not be accepted. Full quantity and required sizes of boots listed in attachment will be delivered to:
915 Perimeter Road
Greenville, SC 29605
2. This is a 100% small business set aside. The NAICS Code for this requirement is 316210 with size standard 1000 employees. If an offerors representation in SAM.gov does not list the exact NAICS code as listed above the offerors quote may still be considered unless the size standard(s) showing in their SAM representations exceed that of this solicitation or offeror shall be considered a large business and the offer shall be rejected. However, an offeror may submit FAR Provision 52.212-3 ALT I stating that they are a small business for NAICS Code 316210. An authorized official of the company must sign and date the provision.
3. In accordance with (IAW) FAR 16.202-2, this is a FIRM Fixed Price contract. A firm-fixed-price contract provides for a price that is not subject to any adjustment on the basis of the contractor’s cost experience in performing the contract. This contract type places upon the contractor maximum risk and full responsibility for all costs and resulting profit or loss. It provides maximum incentive for the contractor to control costs and perform effectively and imposes a minimum administrative burden upon the contracting parties.
4. This solicitation and incorporated provisions and clauses are those in effect through FEDERAL Acquisition Circular (FAC) 2024-03, effective date 02/23/2024 and DFARS Change 01/17/2025.
5. To be considered for award, In accordance with (IAW) Federal Acquisition Regulation (FAR) 4.1102 and FAR Provision 52.204-7 the offeror must be registered and ACTIVE in System for Award Management (SAM), which can be accessed as follows: https://www.SAM.gov?SAM/. All vendors MUST have a publicly visible registration in SAM. Offerors must include with their offer the following information: Unique Entity Identifier (UEI), CAGE Code Number, and Federal Tax ID Number.
6. In addition, Payment Notice: Vendors shall be registered on Wide Area Work Flow (WAWF) in order to receive payment for good or service after notice of contract award. The WAWF system is the method to electronically process vendor payment requests as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests Receiving Reports. You may register to use WAWF at https://wawf.eb.mil/ and follow the step-by-step procedures for self-registration. The site does offer a WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF.
The Government is Tax Exempt
7. Evaluations for all quotes will be conducted by the Government in accordance with Addendum 1 to FAR Provision 52.212-1.
8. The Government will not accept any offerors terms and conditions. The only acceptable terms and conditions are those listed in this solicitation and the resultant award.
9. Submission of quotes. All quotes shall be emailed as a Word document or PDF files to jeffrey.j.hughes.mil@army.mil NLT 25 MARCH 2025@01PM Eastern Standard Time (EST) and include a signed copy of the attached solicitation W912QG-25-QA007-redacted attached . No other formats are acceptable. Each document shall have its own file, do not combine documents together.
10. Email all questions concerning this requirement to jeffrey.j.hughes.mil@army.mil NLT 23 MARCH 2025@10AM. Questions will be received only via email, no phone calls or faxes will be answered. All questions shall be consolidated and posted with Governments responses for all to see as an amendment to the solicitation.
11. IAW FAR 9.104-4, prime contractors are responsible for determining the responsibility of their prospective subcontractors regarding debarred, ineligible or suspended firms. Any poor performance by the subcontractor shall be reflected upon the prime contractor through the following federal performance reporting systems: Supplier Performance Risk System (SPRS), Contractor Performance Assessment Reporting (CPARS) and Federal Awardee Performance and Integrity Information System (FAPIIS).
12. IAW FAR 52.212-1(b)(9), all amendments issued to the solicitation must be signed and returned with the quote. Offerors should monitor SAM.gov on a daily basis until the solicitation closes in case an amendment is posted that would impact the offerors original quote.
13. The award announcement will be posted to SAM.gov for all to see. Users should use the solicitation number to search for the award announcement.
(END)