Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2011 FBO #3584
SOLICITATION NOTICE

76 -- Magnetic and Mounted Wall Maps

Notice Date
9/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
U.S. Army Strategic Command, XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
 
ZIP Code
80914-4914
 
Solicitation Number
W91260-11-T-0032
 
Response Due
9/21/2011
 
Archive Date
11/20/2011
 
Point of Contact
Laura Clinger, 719-554-1964
 
E-Mail Address
U.S. Army Strategic Command
(laura.clinger@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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. This solicitation is issued as Request for Quote (RFQ) Number W91260-11-T-0032 and on an unrestricted basis. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. NAICS code is 541370. Business Size Standard is $4.5 million. DESCRIPTION: Magnetic and Mounted Wall Maps for U.S. Army SMDC/ARTSTRAT CIO/G6 SATCOM Division, Peterson AFB, CO 80914. The following specifications are issued as Brand Name or equal specifications. With that, the term or equal is not added to each item/component description, but is instead stated here and applies to all items and components discussed hereafter. Offerors shall structure their quote to include a price for all items as listed and described for contract line item number (CLIN) 0001 through CLIN 0004 below. CLIN 0001 - Magnetic World Deluxe Political Wall Map, 66 x 96 inches. Map includes: Country Borders & Capitals, US State Borders & State Capitals, Provincial Borders & Capitals, Primary Cities, Secondary Cities, Oceans, Seas, Major Lakes & Rivers, Longitude/Latitude Graticule, Disputed Territories, Legend Inset, Inset of The Poles. Wall map is printed on 24lb. premium coated bond paper and laminated on both sides using 3mm hot lamination (for protection of wall map and permits you to write on it with dry-erase markers). MFR: Maps.com. MFR Part #: MDC1. Item Code: WOR DLX. QTY: 12 EA. CLIN 0002 - Mounted World Deluxe Political Wall Map, 55 x 80 inches. Map includes: Country Borders & Capitals, US State Borders & State Capitals, Provincial Borders & Capitals, Primary Cities, Secondary Cities, Oceans, Seas, Major Lakes & Rivers, Longitude/Latitude Graticule, Disputed Territories, Legend Inset, Inset of The Poles. Wall map is printed on 24lb. premium coated bond paper and laminated on both sides using 3mm hot lamination (for protection of wall map and permits you to write on it with dry-erase markers). MFR: Maps.com. MFR Part #: MDC1. Item Code: WOR DLX. QTY: 3 EA. CLIN 0003 - Magnetic Classic World Wall Map, 43 x 64 inches. Map shows the earth in classic colors and includes political boundaries, cities and capitals, major bodies of water, and the newly independent nation of Kosovo. Wall map is printed on 24lb. premium coated bond paper and laminated on both sides using 3mm hot lamination (for protection of wall map and permits you to write on it with dry-erase markers). MFR: Maps.com. MFR Part #: GeoNova. Item Code: CLA_WOR_Large. QTY: 2 EA. CLIN 0004 - Magnets (for Magnetic Wall Maps), Assorted Colors: blue, red, green, yellow, orange, white, purple, and black. 10 per pack. MFR: Maps.com. MFR Part #: D84PC-AST. QTY: 25 Packs. Desired Delivery: The offeror will deliver all items and quantities within thirty (30) calendar days after receipt of Purchase Order, to include all associated parts, components, and hardware, as described in CLIN 0001 through CLIN 0004 above. Quotes citing products offered under the terms of a Federal Supply Schedule contract must include GSA contract number and terms. A copy of the pertinent pages of the schedule shall be provided with the offeror's quote. Products not provided under a Federal Supply Schedule shall fully articulate and demonstrate technical/functional capabilities offered. Catalog cutsheets, system design and configuration drawings or layouts, and other information required to substantiate the offeror's claims shall be provided with the offeror's quote. Manufacturer's standard commercial warranty is desired. Delivery/Acceptance point is U.S. Army SMDC/ARSTRAT CIO/G6 STRATCOM Division, 350 Vandenberg St. Bldg 3, Peterson AFB, CO 80914. FAR Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers: Offeror agrees to hold the prices in its offer firm for 60 days after Government receipt of quotes. Any interested/qualified business sources that believe they can provide the required products must respond no later than 1:00 PM, Mountain Time, on 21 September 2011. Award is anticipated to be made no later than 26 September 2011. Payment of invoice(s) shall be made by Defense Finance and Accounting Services (DFAS) under the order contemplated. All such responses will be evaluated IAW FAR 52.212-2, Evaluation - Commercial Items. The following evaluation criteria shall be used to evaluate offers (1) Technical - acceptability of the products, items or services offered; (2) Delivery Schedule - ability to meet the desired delivery date for all items described in CLIN 0001 through SUBCLIN 0004 above; and (3) Total Proposed Price, inclusive of shipping cost and warranty price - most advantageous price considering all other factors. Evaluation Criteria is listed in descending order of importance. QUOTE PREPARATION INSTRUCTIONS: The offeror shall clearly demonstrate how the products proposed meet the requirements set forth herein regardless of how offered (e.g., open market, Federal Supply Schedule). The Offeror shall provide proposal information (e.g., catalog cut sheets, etc.) that substantiates the equivalence of the product offered to the product stated and required herein. Offerors that offer products against Federal Supply Schedules shall provide copies of the pertinent pages of the schedule to verify the offeror is an authorized agent/supplier under the FSS and relevant pages to validate prices offered. Prices shall be structured in accordance with the CLIN structure stated above. The Government will only consider the information provided in the offeror's quote. Award will be made without discussion; therefore, each offeror is encouraged to submit their best terms with their quote. Special attention is directed to FAR 52.212-1(b). Failure to submit the information set forth therein for evaluation may render the offer nonresponsive. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quote. FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, along with the following additional FAR clauses: 52.219-28, Post Award Small Business Program Representation (APR 2009); 52.222-3, Convict Labor (JUNE 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUL 2010); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-50 Combating Trafficking in Persons (FEB 2009); 52.223-18, Contractor Policy to Ban Text Messaging While Driving (AUG 2011); 52.225-1, Buy American Act-Supplies (JUN 2003); 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008); and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). Quotes sent via the US Postal Service should be mailed to US Army SMDC/ARSTRAT, ATTN: SMDC-RDC-CA (Laura Clinger), 350 Vandenberg Street, Peterson AFB, Colorado 80914. All quotes not sent through the US Mail will be considered hand carried and subject to FAR 15.208. Quotes may be submitted by facsimile or email, however, it is the responsibility of the Offeror to ensure receipt by due date and time set for receipt of quotes - see also in this respect FAR 52.215-5, Facsimile Proposals. Offerors are responsible for ensuring quotes are received no later than 1:00 PM, Mountain Time, on 21 September 2011. The point of contact for all information regarding this acquisition is Laura Clinger at (719)554-1964, fax (719) 554-8442, or email at laura.clinger@smdc-cs.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG62/W91260-11-T-0032/listing.html)
 
Place of Performance
Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO
Zip Code: 80914-4914
 
Record
SN02577746-W 20110917/110915235234-5d1a746fec956d157c658bf3484b0fbd (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.