Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2007 FBO #2041
MODIFICATION

99 -- Retirment Awards

Notice Date
6/27/2007
 
Notice Type
Modification
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, Washington Contracting Center (ACW), Attn: ACW Mail Stop D-6 4600 Sangamore Road, Bethesda, MD, 20816-5003, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HM157607T0039
 
Response Due
6/28/2007
 
Point of Contact
Edward Smith, Contract Specialist, Phone (301) 227-7147, Fax (301) 227-5759, - Robert Drew, Contract Specialist, Phone 301-227-7597, Fax 301-227-5759,
 
E-Mail Address
smithe@nga.mil, Robert.W.Drew@nga.mil
 
Description
The requirements for NGA Award Gifts, Solicitation HM157607T0039 is herby canceled in its entirety due to inadequate specifications for each item being solicited. The Combined Synopsis/Solicitation will be posted again at a later date. This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisition Regulation (FAR) Subpart 12, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Federal Regulations in FAR Part 13 applies. The applicable Request for Quotation (RFQ) number is HM157607T0039. The North American Classification System (NAICS) is 541880 with size standard of 500 employees. This RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-04 and DFARS change notice 20060606. NGA has a requirement for the following off-the shelf Retirement Awards: CLIN 0001. Medallions; WP-903 Gold 15? X 11 ?? Framed, Qty 40 each, CLIN 0002. Medallion; Silver WP-902 11 X 14? Framed, Qty 66 each, CLIN 0003. Medallion; WP-901 Bronze 11 X 14? Framed,QTY 66 each, CLIN 004 Certificate Holder, Foam padded, side opening folder with clear vinyl corners QTY 172 each, CLIN 005 Lead Crystal Globe Paperweight engraved with NGA Seal, Government Requirement: Reversed Clear Glob no imprint,Mahognay wood Base no imprint to include Set-Up charge, QTY 132 each, CLIN 006. Clock, Government Requirement: C684 Selco Geneve Planetarium with Alarm and Base, QTY 172 each, CLIN 007. Flags with Case, 3 X 5 American Cotton with Display Case, (Cherry Finish). Drawing for NGA Seal will be provided to the awardees? at time of award. The contractor shall address their extended commercial warranty, if any and procedures for return of items to the offeror for canceled damage(s) and repair or replacement. Deliveries shall be made to address to be disclosed to the awardees. Shipment shall be FOB Destination. Offerors shall summit, as part of their offer, all descriptive material, illustrations, and drawings, clear description of product, technical and/or other information for contracting active to determine whether the products meet the Government?s minimum requirements listed herein. The quote should valid for a period of 60 days. Provided in the synopsis are BRAND Name or Equal items. The use of BRAND NAME dies not imply the Government has a preference for these specific item(s). The Government will award a Firm Fixed Price Purchase Order to the responsible offeror whose quote is determined to be technically acceptable at the lowest price and conform to all other requirements of the RFQ. Offerors must be registered with Central Contractor Registration and determined to be responsible in accordance with FAR 9.401-1. Technically acceptability shall be based on the item?s capability to meet all of characteristics described above and on proposed warranty provisions. APPLICALBLE PROVISIONS AND CLAUSES: Quotes received without the completed copy of the provision at FAR 52.212-3 will be considered non-compliant. Beginning January 1, 2005, the FAR requires the use of the Online Representations and Certifications Application (ORCA) in Federal Solicitations as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR representations and certifications previously found in solicitations. FAR and DFAR provisions and clauses may be accessed at http://www.farsite.hill.af.mil/vffara.htm The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items (Jan 2005), 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2005), 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003), 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Apr 2005). The following clauses incorporated in 52,212-5 are also applicable: 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor (June 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (June 2004), 52.221-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabilities (Jun1998),52.222-37 Employment Records on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.225-13 Restriction on Cretin Foreign Purchases (Mar 2005), 52.232-33 Payment by Electronic Funds Transfer- Central contractor Registration(Oct 2003)-absences of registration in Central Contractor Registration (htt://www.ccr.gov), will make an offeror ineligible for award. The following Defense Federal Acquisition Regulation (DFARS) provision and clauses apply to this solicitation: 252.204-7004 Required Central Contractor Registration Alternate A (Nov 2003), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order applicable to Defense Acquisition of Commercial Items (Jan 2005), - the following clauses incorporated in 252.212-7001 are also applicable: 252-7001 Buy American Act and Balance of Payment Program (Apr 2003), 252.232-7003, Electronic Submission of Payment Request (Jan 2004),252.247-7023 Transportation of Supplies by Sea, Alt III (May 2002), 252.247-7024 Notification of Transportation of Supplied by Sea (Mar 2000). Offerors shall include a legible copy of any applicable terms and conditions and warranty information described herein with their offer to be considered responsive. NARI clause 5X52.227-9000 UNAUTHORIZED USE OF NGA, SEAL, and INITIALS (a) as provided in 10U.S.C.section 425, no person may, except with the written permission of the Director of National Geospatial-Intelligence Agency, knowingly use the words? National Geospatial-Intelligence Agency? or ?Defense Mapping Agency?, the initials ?NGA? or? DMA?, the seal of the National Geospatial-Intelligence Agency, National Imagery and Mapping Agency or the Defense Mapping Agency, or any colorable imitation of such words, initials, or seal in connection with any merchandise, retail product, impersonation, solicitation, or commercial activity in a manner reasonably calculated to convey the impression that such use is approved, endorsed, or authorized by the Director , NGA. (b) Whenever it appears to the U.S. Attorney General that any person is engaged or about to engage in an act or practice which constitutes or will constitute conduct prohibited by paragraph (a), the Attorney General may initiate a civil proceeding in a district court or Unite States to enjoin such act or practice. Such court shall proceed as soon as practicable to hearing and determination, enter such restraining orders or prohibitions, or take such other action as is warranted, to prevent injury to the Unit Stated, or to any persons or class of persons for whose protection the action is brought.
 
Place of Performance
Address: NGA, 4600 Sangamore Road, Bethesda MD
Zip Code: 20816-5003
Country: UNITED STATES
 
Record
SN01329563-W 20070629/070628032034 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.