Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2010 FBO #3218
SOLICITATION NOTICE

U -- Tote Bags - Attachment B-Artwork

Notice Date
9/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541890 — Other Services Related to Advertising
 
Contracting Office
Securities and Exchange Commission, Office of Acquisitions, Operations Center, 6432 General Green Way, MS 0-20, Alexandria, Virginia, 22312-2413, United States
 
ZIP Code
22312-2413
 
Solicitation Number
SECHQ1-10-Q-0093
 
Archive Date
10/2/2010
 
Point of Contact
Robert A Witherspoon, Phone: 202-551-7319, Terry Coley, Phone: 202-551-8088
 
E-Mail Address
witherspoonr@sec.gov, coleyt@sec.gov
(witherspoonr@sec.gov, coleyt@sec.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment A-Section B-Pricing Attachment B-Artwork (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Request for Quote (RFQ) number SECHQ1-10-Q-0093 is assigned to this requirement and is issued as an RFQ. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. (iv) This advertisement is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 541890 and the business size standard is $7 million. The Small Business Competitiveness Demonstration Program is not applicable. (v) See Attachment A – Section B, Supplies or Services and Prices/Costs for CLIN structure. (vi) The U.S. Securities and Exchange Commission (SEC), Office of Investor Education and Advocacy (OIEA) has a requirement to award a Firm-Fixed-Price purchase order for acquisition and delivery of shopper or grocery tote bags for its public education program through its Headquarters and Regional Offices. The Contractor shall provide approved tote bags and ship the tote bags to the ship-to addresses provided in paragraph 6. The Contractor shall provide shopper or grocery type tote bags that are: 1. Made from a non-woven polypropylene or similar 100% recyclable material with the following specifications: -Height: 12-15 inches -Width: 12-15 inches -Depth: 6-10 inches 2. Have an imprint area: 4-10 inches (height) by 4-10 inches (width) either with one sided printing or two sided printing. 3. Tote Bag Colors: Black and Royal Blue. 4. Printing: One Color; One Sided or Two-Sided (note: if two-sided, artwork on front and back will be different). Sample artwork is shown in Attachment B; the SEC reserves the right to submit revised artwork to the Quoter to incorporate. 5. Quantity: MIN: 12,000 – MAX: 20,000, either one-sided or two sided (See Attachment A, Section B). 6. Special Delivery Instructions (11 delivery locations) The Administrative Contact names will be provided prior to award. Provide shipment tracking numbers for all SEC Office destinations: A maximum of 300 units will be delivered to each of the Regional Offices at the following zip codes: Atlanta Regional Office (ARO) 3475 Lenox Road, NE, Ste 1000 Atlanta, GA 30326-1022 Boston Regional Office (BRO) 33 Arch Street Boston, MA 02110-1424 Chicago Regional Office (CHRO) 175 West Jackson Blvd Suite 900 Chicago, IL 60604-1532 Denver Regional Office (DRO) 1801 California Street Suite 1500 Denver, CO 80202-2656 Ft Worth Regional Office (FWRO) 801 Cherry Street Burnett Plaza Building, Unit #18 Ft Worth, TX 76102 Los Angeles Regional Office (LARO) 5670 Wilshire Boulevard 11th Floor Los Angeles, CA 90036-3648 Miami Regional Office (MIRO) One Brickell Square 801 Brickell Avenue Suite 560 Miami, FL 33131 New York Regional Office (NYRO) Three World Financial Center 200 Vesey Street New York, NY 10285 Philadelphia Regional Office (PLRO) Mellon Independence Center 701 Market Street Suite 2000 Philadelphia, PA 19106 Salt Lake Regional Office (SLRO) Gateway Tower West Bldg 15 West South Temple Suite 1800 Salt Lake City, UT 84101 San Francisco Regional Office (SFRO) 44 Montgomery Street Suite 1100 San Francisco, CA 94104 The balance of the units will be delivered to the SEC’s Headquarters Office: SEC Headquarters Building Station Place One 100 F Street, N.E. Washington D.C. 20549 7. Proof: The Contractor shall provide the SEC an electronic proof and a production proof for approvals. All SEC approvals shall be in writing. (vii) Delivery Requirements: (a) A list with the SEC Ship-To Addresses/Point of Contacts is provided in paragraph 6. (b) The period of performance is from the date of award through September 19, 2011. If exercised, the period of performance of the Optional Period (CLIN 1001) shall be from September 20, 2011 through September 19, 2012. The anticipated award date is September 20, 2010. (c) Schedule of Deliverables The Quoter shall provide any written documentation to the SEC in both hard copy and electronic media in Microsoft Word or compatible format. DeliverableSchedule DUE DATE SECTION B CLIN Reference 1. Order approval kick-off meeting.No later than 2 weeks after contract award0001 2. Contractor to provide electronic proof and delivery date for production proof of tote bag sample (either one-sided or two-sided printing) for approvals. Within four weeks after contract award.0001 3. Contractor to mail approved tote bags to SEC Offices No later than 4 months after contract award0001 4. (Optional CLIN) Contractor to mail approved tote bags to SEC Offices-schedule.No later than 6 months after exercise of option1001 (viii) The following FAR clauses apply to this solicitation. Quoters may obtain full text versions of these clauses electronically at http://farsite.hill.af.mil/. FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008). Parties responding to this solicitation who believe they can provide the acquisition and delivery of shopper or grocery tote bags in accordance with this combined synopsis/solicitation may submit their quote in accordance with their standard commercial practices (e.g., on company letterhead, formal quote form, etc.) but must include the following information: 1) Company’s complete mailing and remittance addresses; 2) Discounts for prompt payment if applicable; 3) Dun & Bradstreet number; 4) Taxpayer ID number; 5) Copy of Central Contractor Registration; 6) Copy of Representations and Certifications from ORCA (https://www.bpn.gov/orca); 7) Pricing in accordance with the specified CLINs (see Attachment A – Section B, Supplies or Services and Prices/Costs); and 8) A two page narrative addressing the technical and delivery requirements, paragraphs (vi) and (vii) respectively, to provide the acquisition and delivery of shopper or grocery tote bags in accordance with the requirements herein and past performance, including three (3) references (including a. Name of Agency/Organization; b. Contract number; c. Contract type; d. Total contract value; e. Description of contract work; f. Contracting officer (or similar representative), telephone #, and email address) for contracts performed within the past 2 years that are similar in size and scope to this requirement. 9) The Quoter’s sample tote bag. The SEC will be reviewing the printing and evaluating the quality of fabric on the sample bag(s). The Quoter may supply a tote bag in its Quote that they have previously supplied to another customer. 10) Provide the country of origin of the tote bag: __________.The Quoter’s specifications for its tote bag including: size, color proposed; the production delivery schedule and shipping time estimate, and a statement of the Quoter’s tote bag distribution capability; the Quoter’s point of contact including telephone and email address. (ix) 52.212-2, Evaluation—Commercial Items (Jan 1999). The Government intends to award based on Lowest Price (in terms of unit cost) and is Technically Acceptable (meeting or exceeding the technical and delivery requirements specified in paragraphs (vi) and (vii). The evaluation and award procedures in FAR 13.106-2 apply. (x) 52.252-2, Clauses Incorporated By Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.acquisition.gov/far/index.html.. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009). Quoters shall provide representations and certifications (FAR 52.212-3) electronically via the BPN website (www.bpn.gov/orca). A copy of the on-line representations and certifications submission shall be included in the quoter response. (xi) 52.212-4, Contract Terms and Conditions—Commercial Items (June 2010), applies to this acquisition. (xii) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (Jul 2010) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) X__ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) 52.204-11, American Recovery and Reinvestment Act—Reporting Requirements (Jul 2010) (Pub. L. 111-5). __ (6) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (7) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (8) [Reserved] X__ (9)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (10)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (11) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (12)(i) 52.219-9, Small Business Subcontracting Plan (Jul 2010) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (iv) Alternate III (Jul 2010) of 52.219-9. __ (13) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (14) 52.219-16, Liquidated Damages—Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (15)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (16) 52.219-25, Small Disadvantaged Business Participation Program—Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (17) 52.219-26, Small Disadvantaged Business Participation Program— Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (18) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). X__ (19) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). X__ (20) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X__ (21) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). X__ (22) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X__ (23) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). __(24) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X_ (25) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). __ (26) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). __ (27) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (28)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (29) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (30)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. __ (31) 52.225-1, Buy American Act—Supplies (Feb 2009) (41 U.S.C. 10a-10d). __ (32)(i) 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (33) 52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X__ (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (35) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (36) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (37) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (38) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). X__ (39) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (40) 52.232-34, Payment by Electronic Funds Transfer—Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (41) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). __ (42) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (43)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements (Nov 2007) (41 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services—Requirements (Feb 2009) (41 U.S.C. 351, et seq.). __ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records—Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) [Reserved] (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.217-6 –Option For Increased Quantity (Mar 1989) The Government may increase the quantity of supplies called for in Attachment A at the unit prices specified. The Contracting Officer may exercise this option by written notice to the Contractor anytime during the period of performance of this contract. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. 52.233-2, Service of Protest (Sep 2006): (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from US Securities and Exchange Commission, Office of Acquisition, 6432 General Green Way, Mailstop 0020, Alexandria, VA 22312. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) 52.247-34, F.o.b. – Destination (Nov 1991): (a) The term “f.o.b. destination,” as used in this clause, means -- (1) Free of expense to the Government, on board the carrier’s conveyance, at a specified delivery point where the consignee’s facility (plant, warehouse, store, lot, or other location to which shipment can be made) is located; and (2) Supplies shall be delivered to the destination consignee’s wharf (if destination is a port city and supplies are for export), warehouse unloading platform, or receiving dock, at the expense of the Contractor. The Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or “constructive placement” as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of the Government acting in its contractual capacity. If rail carrier is used, supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier (including “piggyback”) is used, supplies shall be delivered to truck tailgate at the unloading platform of the consignee, except when the supplies delivered meet the requirements of Item 568 of the National Motor Freight Classification for “heavy or bulky freight.” When supplies meeting the requirements of the referenced Item 568 are delivered, unloading (including movement to the tailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the contractor uses rail carrier or freight forwarded for less than carload shipments, the contractor shall ensure that the carrier will furnish tailgate delivery, when required, if transfer to truck is required to complete delivery to consignee. (b) The Contractor shall -- (1) (i) Pack and mark the shipment to comply with contract specifications; or (ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements; (2) Prepare and distribute commercial bills of lading; (3) Deliver the shipment in good order and condition to the point of delivery specified in the contract; (4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract; (5) Furnish a delivery schedule and designate the mode of delivering carrier; and (6) Pay and bear all charges to the specified point of delivery. (End of Clause) (xiii) Contract Financing and Warranty requirements are not applicable. (xiv) Defense Priorities and Allocations System (DPAS) is not applicable. (xv) The due date and time for Quotes is September 17, 2010, 4:00 pm. local time (Eastern). Late quotes will not be accepted. Quotes may be delivered electronically via email to both Robert Witherspoon and Terry Coley at witherspoonr@sec.gov and coleyt@sec.gov, respectively. (xvi) All questions concerning this RFQ shall be submitted in writing to Robert Witherspoon and Terry Coley at witherspoonr@sec.gov and coleyt@sec.gov no later than 2:00 p.m. local time (Eastern), September 16, 2010. Questions will not be answered orally. E-mail submission of questions is required. Questions submitted after the specified time/date will not be addressed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SEC/OAPM/PCB/SECHQ1-10-Q-0093/listing.html)
 
Place of Performance
Address: 100 F Street, NE, Washington, District of Columbia, 20549, United States
Zip Code: 20549
 
Record
SN02280202-W 20100916/100914235009-9cea445b36a6afb41b53f507ae17aa38 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.