Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2014 FBO #4631
SOLICITATION NOTICE

78 -- Cornhole Sets

Notice Date
7/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
199 6th St, Fort Knox, KY 40121
 
ZIP Code
40121
 
Solicitation Number
W9124D-14-Q-5596
 
Response Due
8/4/2014
 
Archive Date
1/31/2015
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is W9124D-14-Q-5596 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 2005-75. The associated North American Industrial Classification System (NAICS) code for this procurement is 339930 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 2014-08-04 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Knox, KY 40121 The MICC Fort Knox requires the following items, Meet or Exceed, to the following: LI 001: Cornhole Sets. Each set shall consist of a 2' wide by 4'long playing surface constructed from 1/2" finished grade plywood with a 6" diameter hole, centered 12" from each side and 9" from the top. The front shall be 4" from the ground and the back 12". The board shall have legs or risers fastened to the end of the board nearest the hole that will fold down alongside the inside of the frame for storage and transport and extend to provide the 12" height required for play. Each set of Cornhole boards shall be comprised of one Army gold board and one black board, sealed with at least 3 coats of water base polyurethane. There shall be eight regulation size bags, four black and four Army gold, filled with corn or beans, weighing 16 ounces each and 6 square inches. Each bag shall be sewn on all 4 sides with heavy upholstery thread to inhibit splitting. The playing surface of the boards shall have the Army Star logo in monochrome. The logo shall be placed approximately 15" from the top of the board and centered. The logo shall be approximately 24" in length and proportional. GOARMY.COM and 1-800-USA-ARMY shall be placed below the Army logo, centered from side to side and centered between the bottom of the board and the bottom of the logo, black text on the gold board and white text on the black board, International Bold font. Text shall be sized and spaced to be pleasing to the eye while conforming to the Army Strong Basic Guidelines. All text shall be Interstate Bold or similar font. Army logo and text spacing shall conform to the specifications in the Army Strong Basic Guidelines - available upon request. Army gold color shall be PMS123C or as close as possible., 150, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Knox 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. MICC Fort Knox 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. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, 52.204-7, 52.212-3 (Alt I), 52.222-22, 52.222-25, and 52.225-25. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS provisions are applicable: 252.203-7005, 252.209-7993 and 252.225-7000. The full text of a DFARS provisions may be accessed electronically at http://www.acqnet.gov/far. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13. FAR Clauses 52.204-13, 52.212-4, 52.232-40, and 52.232-33 also apply to this acquisition. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFARS: 252.203-7000, 252.203-7002, 252.204-7003, 252.225-7001, 252.225-7002, 252.232-7003, 252.232-7006, 252.232-7010, 252.247-7023 ALT III, and 252.211-7003. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. All contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. CCR is now obsolete. Offerors shall ensure SAM registration is active and shall not assume that CCR information automatically migrated to the SAM system. The official SAM website is https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. FOB Destination CONUS (CONtinental U.S.) Bid MUST be good for 30 calendar days after submission No partial shipments unless otherwise specified at time of order In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM ) site at https://www.sam.gov/portal/public/SAM /within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL The Buy American Certificate shall be e-mailed to nichole.t.mcgraw.mil;@mail.mil by the end date and time of this solicitation. If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel- Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel- Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a6a5bd28b5f524206e4d779215bdf069)
 
Place of Performance
Address: Fort Knox, KY 40121
Zip Code: 40121
 
Record
SN03439916-W 20140730/140728234756-a6a5bd28b5f524206e4d779215bdf069 (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.