Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2012 FBO #3714
SOLICITATION NOTICE

99 -- Combined Synopsis/Solicitation

Notice Date
1/23/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
453998 — All Other Miscellaneous Store Retailers (except Tobacco Stores)
 
Contracting Office
USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ12T0005
 
Response Due
2/7/2012
 
Archive Date
4/7/2012
 
Point of Contact
Robyn D. Wells, 601-634-5321
 
E-Mail Address
USACE ITL, GSL, EL, CHL, Vicksburg
(robyn.d.wells@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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 announcement replaces W81EWF12855629, which has been cancelled. This requirement is 100% set aside for small business concerns under NAICS 453998 with a size standard of $7.0 million. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-55. Scope of Work (SOW): Create award plaques and deliver to the Engineer Research and Development Center (ERDC) (locations are listed below). The item number for the plaque is P4484 Airflyte Premium Series Award Plaques or Airflyte 4478; however, an equivalent is acceptable. Sample pictures of the plaques are attached. Plaques shall be made of solid rosewood with a rosewood piano finish. Plaques shall be rectangular in shape. Plaques shall be 9 x 12 inches. The plates on the plaques shall be 7 x 10 inches. The plate shall be screwed into the plaque. The text and graphics on the plates on the front of the plaque shall be laser engraved on a laser engravable brass (printed black which engraves gold) with a gold Sunburst design and gold border. The Corps Castle shall be at top of each plaque (Corps Castle file will be furnished by the Government). The number of letters per plaque will vary from 70 to 120 letters. There will be anywhere from 200-300 plaques needed for the annual Corps Awards Day generally held in May 2012. All plaques will be ordered at one time; and completion/delivery is needed in April 2012. Offeror is required to submit a picture of the proposed plaque. Finished products shall be completed and delivered to ERDC no later than one month after issuance of purchase order in order for the Government to proof each plaque and have corrections made if needed. Layout proofs are requested for approval prior to final production. Any needed corrections shall be completed and delivered within 5 days upon notification by the Government at no additional cost. Awards and plaques shall be delivered to the ERDC at the following sites (the majority of the plaques will be delivered to the Vicksburg, MS site): 1- Engineer Research and Development Center, ATTN: Jessica Ruff, 3909 Halls Ferry Road, Vicksburg, MS 39180-6199 2- Engineer Research and Development Center, ATTN: Cynthia Arrington, 7701 Telegraph Road, Alexandria, VA 22315-3864 3- Engineer Research and Development Center, ATTN: John Mudrick, P.O. Box 9005, 2902 Newmark Drive, Champaign, IL 61826-9005 4- Engineer Research and Development Center, ATTN: Lourie Herrin, 72 Lyme Road, Hanover, NH 03755-1290 Shipping will be F.O.B. Destination. The Contractor shall be responsible for picking up and returning any awards/plaques that require corrections at no additional cost to the Government. Pricing: This Purchase Order will be Firm Fixed Price (FFP). Please submit pricing information for the following: Unit Price for a 8 x 10 in. plaque: $__________ Unit Price for a 9 x 12 in. plaque: $_________ Unit Price for engraving up to 120 letters: $_________ Unit Price per letter over 120: $_________ Unit Price logo set-up fee: $___________ ALL QUOTES ARE TO BE IN ACCORDANCE WITH THE SCOPE OF WORK. Responses to this announcement must include a picture of the proposed plaque, pricing information and past performance information to include contact names, addresses, phone numbers, contract numbers as well as a description of the supplies/services provided. Point of contact is Robyn Wells at: Robyn.D.Wells@usace.army.mil. A solicitation will not be issued. All responsible small business concerns may submit an offer, which if submitted timely, will be considered. FAR Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Evaluation factors are technical, pricing schedule and past performance. These evaluation factors will be evaluated in accordance with Clause 52.212-2 Evaluation -Commercial Items. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with this offer. The Clause at 52.212-4, Contract Terms and Conditions, applies to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The Clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. If you are not registered in the CCR, an award CANNOT be made to your company. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process acquisition. Quotes are due 07 February 2012 by 12:00 p.m. CST at ERDC Contracting Office, Attn: Robyn D. Wells, 3909 Halls Ferry Road, Vicksburg, MS 39180. Quotes will also be accepted by email at: Robyn.D.Wells@usace.army.mil. For information concerning this solicitation, contact Robyn Wells at (601) 634-5321 or email at: Robyn.D.Wells@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W912HZ12T0005/listing.html)
 
Place of Performance
Address: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
Zip Code: 39180-6199
 
Record
SN02658992-W 20120125/120123234032-ceac0c451bbf4d009f5c00286954da06 (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.