Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2010 FBO #3015
MODIFICATION

76 -- Marketing Kit, "Family Fun Fitness Festival"

Notice Date
2/23/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
1300 E Avenue, Fort Lee, VA 23801
 
ZIP Code
23801
 
Solicitation Number
HDEC05-10-T-0032
 
Response Due
2/24/2010
 
Archive Date
8/23/2010
 
Point of Contact
Name: Jason Reedy, Title: Contracting Specialist, Phone: 804-734-8000, Fax: 804-734-8869
 
E-Mail Address
jason.reedy@deca.mil;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is HDEC05-10-T-0032 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 511140 with a small business size standard of 500.00 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-02-24 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Ft lee, VA 23801 The Defense Commissary Agency requires the following items, Meet or Exceed, to the following: LI 001, Family Fun Fitness Festival Marketing KitSpecifications for Solicitation HDEC05-10-T-0032 300 Marketing Kits, Each kit will contain - -One hundred (100) Buttons: 3round button, with pin closure on back (full color, bleed, CMYK). Artwork will be provided at time of order. -Five (5) Danglers: 16 round double-sided dangler, with one hole at top for hanging (48pt coated card stock (or 24pt back to back), vinyl coated paper, full color, bleed, CMYK). Artwork will be provided at time of order. -One (1) Banner: 3X10 banner, with grommets on all side for hanging (13 ounce white glossy vinyl, double-hemmed, full color, bleed, CMYK) Artwork will be provided at time of order. -Four (4) Posters: 20X30 poster (90lb white paper, full color, bleed, CMYK) Artwork will be provided at time of order. Posters are to be placed in tubes for shipping. -Two hundred fifty (250) Rack Cards: 3 X 8 double-sided card (100 lb white cover stock, full bleed, CMYK). Artwork will be provided at time of order. -Each kit will be boxed in a sturdy box that will be sustained through international shipping methods. Kitting shall include 24 of rope for banner hanging. Each kit will have a bright fluorescent sticker on the outside of the box, indicating the name of the promotion (See attached document Family Fun Fitness Festival Sticker). Each kit will also have an instruction sheet included within the box (See attached document Family Fun Fitness Festival Letter). Items shall be quoted FOB Destination, to be shipped to each commissary location as outlined on the attached document (See "Shipping and Delivery Information" attachment). Shipment must take place by 5:00 p.m. (local contractor time) on the 15th day After Receipt of Approved Artwork. (Proof of shipment by USPS is required by close of business on the 16th day after receipt of order and approved artwork.) In order to determine technical acceptability, The Government reserves the right to require sample work representing any part(s) of the requirement. Requests to provide samples, if required by The Government, shall not be used by the contractor as a reason to delay the required date of shipment stated above. Provide one (1) quote for all 300 kits including kitting, boxing, and shipping. (Line 001), 1, Lot; For this solicitation, Defense Commissary Agency intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Defense Commissary Agency is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. Bid MUST be good for 30 calendar days after close of Buy. Quote FOB Destination (shipping cost to be included in quote). Items shall be shipped to each location per the attached document: "Shipping and Delivery Information." Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Shipping must be made within 15 days or less after receipt of approved artwork. Offeror have must completed at the time of the offer. The website to access ORCA is: https://orca.bpn.gov/ The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.204-7, Central Contractor Registration; 52.211-17, Delivery of Excess Quantities; FAR 52.212-1, Instructions to Offerors - Commercial Items; 52.212-4, Contract Terms and Conditions Commercial Items; 52.204-4500, Installation Access Requirements; 52.212-3 ALT 1, Offeror Representations and Certifications Commercial Items with Alternate 1; the selected offeror must submit a completed copy of the listed representations and certifications; 52.225-18, Place of Manufacture; 52.233-4500, Independent Review of Agency Protest; 52.252-1, Solicitation Revisions Incorporated by Reference, The full text of the referenced FAR clauses may be accessed electronically at http://www.arnet.gov/far, http://farsite.hill.af.mil, and www.acq.osd.mil/dp/dars/dfars.html; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-13, 52.232-36; DFARs, 252.203-7002, 252.204-7004 ALT A, 252.225-7000, 252.225-7002, 252.232-7010, 252.243-7001, 252.225-7035; 252.212-7001 paragraph b and the following clauses: 252.203-7000, 252.225-7001, 252.225-7036, 252.225-7036 ALT 1, 252.247-7023, 252.247-7023 ALT III. The Government will use Simplified Acquisition Procedures (SAP) for this acquisition, and intends to award a firm fixed price contract resulting from this solicitation to the company providing the lowest priced, technically acceptable quote. In order to determine technical acceptability, The Government reserves the right to require sample work representing any part(s) of the requirement. Requests to provide samples, if required by The Government, shall not be used by the contractor, as an excuse to delay the required date of shipment(15 days or less after receipt of approved artwork). The FBO provision located under the Contract/Bidding Req instruction is amended to change the following: This solicitation is being issued as a Request For Quote (RFQ) not an Invitation For Bid (IFB).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DeCA/DeCA05AMDRAMDS/HDEC05-10-T-0032/listing.html)
 
Place of Performance
Address: Ft lee, VA 23801
Zip Code: 23801
 
Record
SN02072447-W 20100225/100223234858-ca839f12da31be64861d1af34b1cdc1e (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.