Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2013 FBO #4092
SOLICITATION NOTICE

84 -- COMBAT SERVICE BADGE (CSIB) - Solicitation

Notice Date
2/4/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315990 — Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Indiana, 2002 South Holt Road, Indianapolis, Indiana, 46241-4839
 
ZIP Code
46241-4839
 
Solicitation Number
W912L9-13-T-0007
 
Archive Date
3/7/2013
 
Point of Contact
Rob W Marszalek, Phone: 812526149961838
 
E-Mail Address
robert.marszalek@ng.army.mil
(robert.marszalek@ng.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Product codes/breakdown Solicitation The Indiana National Guard, Joint Forces Headquarters-IN, 2002 South Holt Road, Indianapolis, IN, is seeking to acquire COMBAT SERVICE BADGE (CSIB) (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) Solicitation W912L9-13-T-0007 is issued as a request for proposal (RFP). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20120724. ****IMPORTANT*** See http://farsite.hill.af.mil for the FULL TEXT of all provisions and clauses incorporated by reference herein. (iv) This procurement is being issued as a total small business set aside under NAICS code 315990 and small business size standard of 500 employees. (v) The Government intends to award (1) one Firm Fixed Price Contract including the cost of shipping FOB Destination and to solicit as a 100% small business set-aside. A list of contract line item number(s) and items, quantities and units of measure, are found in Attachment 1. (vi) Description of requirements for the items to be acquired can be found in attachment 1 (vii). The required delivery date is no later than 30 days after date of contract. All deliveries shall be made in accordance with clause 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Joint Forces Headquarters-IN, USPFO Warehouse, 2002 South Holt Road, Indianapolis, IN 46241. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial Items applies to this solicitation. This provision provides a single, streamlined set of instructions when soliciting offers for commercial items and is incorporated in this solicitation by reference. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this solicitation as well as the provision at 52.215-1, Instructions to Offerors -- Competitive Acquisition applies to this solicitation.. This solicitation is not a competitive bid and there will not be a formal public bid opening. The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial proposal should contain the offeror's best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. a. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: i. Technical capability of the item offered to meet the Government requirement (see attachment 1) ii. Price; Total Price - The Government will evaluate offers for award purposes by adding the offeror's proposed total price for the basic requirement (CLIN 0001) • The Government will evaluate the offeror's ability to satisfy the evaluation factors found in attachment 1and solicitation requirements. Proposals will be evaluated as follows: 1. Acceptable (go): Proposal clearly meets the minimum requirements of the solicitation 2. Unacceptable (no-go): Proposal does not clearly meet the minimum requirements of the solicitation. • If a proposal receives an "unacceptable" rating on the Technical, the entire quote will receive an overall unacceptable rating, rendering it ineligible for award in the absence of discussions. (x) (2) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items applies to this solicitation. as well as 252.212-7000, Offeror Representations and Certifications--Commercial Items is applicable to this solicitation. Effective May 29, 2012, Government systems such as CCR and ORCA (on-line representations and certifications) migrated to the System for Award Management (SAM). Interested offerors MUST be registered in SAM. To register in SAM go to: https://www.sam.gov/portal/public/SAM You will need your DUNS number to register. Instructions for registering are on the web page. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. This clause includes terms and conditions which are, to the maximum extent practicable, consistent with customary commercial practices and is incorporated in this solicitation and contract by reference. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items applies to this acquisition as well as 252.212-7001, (xiii) Questions and Answers: Email all questions to dart.e.liebrandt.ctr@mail.mil. DO NOT contact any other government employees/personnel as this will only delay receipt of answers. Questions must be received No later than FEB 15th 2013 Friday 10:00A.M EST. Early submittal of questions is preferred in order to obtain the most accurate and complete answers. All questions and answers will be provided as an Amendment to this solicitation. The Government is not offering commercial contract financing terms IAW FAR 32 for this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating, is not applicable. (xv) Written or electronic quotes are due at or before FEB 20th Wednesday 10:00A.M. EST, Submit to: Mr. Dart Liebrandt Email dart.e.liebrandt.ctr@mail.mil OR Mr. Dart Liebrandt BLDG 244 room 107 Camp Atterbury P.O. Box 5000 Edinburgh Indiana 46124-5000 Faxes will NOT be accepted.. E-Mail is the preferred method. (xvi) Contact for information regarding this solicitation is Mr. Dart Liebrandt. The preferred means of communication is E-Mail at dart.e.liebrandt.ctr@mail.mil. Address is BLDG 244 Room 105 Camp Atterbury P.O. Box 5000 Edinburgh Indiana 46124-5000 Phone 812-526-1499 ext 61829. Interested bidders/offerors MUST register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Marketing Partner Identification Number (MPIN) (see vendor instruction guide information below) 2) DUNS Number and CAGE Code 3) Telephone Number 4) E-Mail Address. Registration instructions can be found on the FedBizOpps website at www.fbo.gov/downloads/FBO_Vendor_Guide.pdf
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA12/W912L9-13-T-0007/listing.html)
 
Place of Performance
Address: Joint Forces Headquarters, USPFO Warehouse, 2002 South Holt Road, Indianapolis, Indiana, 46241, United States
Zip Code: 46241
 
Record
SN02979141-W 20130206/130204234327-cf5b2fc3f26cc4b94fcfcc3ccc1aa99e (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.