Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2014 FBO #4687
SOLICITATION NOTICE

78 -- CDC Educational Items - CDC Educational Items

Notice Date
9/22/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339930 — Doll, Toy, and Game Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
F1Q3RE4195A002
 
Archive Date
10/11/2014
 
Point of Contact
Anita E. Walls, Phone: 3026775258, Stephanie Smith, Phone: 302-677-5042
 
E-Mail Address
anita.walls@us.af.mil, stephanie.smith.19@us.af.mil
(anita.walls@us.af.mil, stephanie.smith.19@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CDC Education Item List This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation number is F1Q3RE4195A002 and this solicitation is being issued as a Request For Quotes. The Offeror must quote on an all or none basis. The Government intends to award a Firm Fixed Price Contract. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer meets the minimum technical requirement at the lowest price. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-76 and Defense Acquisition Circular 20140828. This is a 100% small business set-aside. The North American Industry Classification System Code (NAICS) is 339930, size standard 500 employees. Note 1: To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of pricing for the service listed below. Note 2: The contractor agrees to hold the prices in its quote firm for at least 30 calendar days from the date specified for receipt of quote, unless another time period is specified. Note 3: The contractor shall include the provisions at 52.212-3, Representation and Certifications-Commercial Items. And shall be registered in System for Award Management (SAM) Registration: https://www.sam.gov/portal/public/SAM/ Note 4: Contractors are hereby notified those initial quotes which are found incomplete may be rejected without affording the contractor an opportunity to satisfy the requirement of the Government. Notwithstanding the information included in support of the offeror's technical capability, the contractor must meet all requirements of this Request For Quote. Contractors are encouraged to offer their most advantageous/best quote. The contractor shall submit their quote by 26 September 2014 at (12:00 PM) EST to the contracting office by email in order to be considered for award. If you have any questions, please send them to the POC below by 24 September 2014 at (12:00PM) EST. POC information: Anita E. Walls, MSgt, USAF 302-677-5258 anita.walls@us.af.mil ALT POC: Stephanie O. Smith 302-677-5042 stephanie.smith.19@us.af.mil The contractor shall provide the items listed below: 0001- CDC/YC Educational Items (see attached item list) *Pricing shall include shipping FOB Destination and delivery to 436 FSS 212 Chad Street, Dover AFB, DE 19902.* This is a brand name or equal item(s). Product must meet the salient characteristics mentioned in the attached if proposing a similar product. These are the documents that will be used to determine technical acceptability. 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, IAW FAR 52.107 or view in the sites mentioned in provision 52.252.-1 and Clause 52.252.2. Provision 52.204-7, System for Award Management Provision 52.212-1 - Instructions to Offerors - Commercial Items Provision 52.212-3, Offerors Representations and Certifications - Commercial Items, Alt 1 Provision 52.225-18, Place of Manufacture Provision 52.225-25, Prohibition on Engaging in Sanctioned Activites relating to Iran - Certification Provision 52.252-1, Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Provision 252.209-7002, Disclosure of Ownership or Control by a Foreign Government Provision 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law. REPRESENTATION REGARDING CONVICTION OF A FELONY CRIMINAL VIOLATION UNDER ANY FEDERAL OR STATE LAW (DEVIATION 2012-00007) (DATE 2012) (a) In accordance with section 514 of Division H of the Consolidated Appropriations Act, 2012, none of the funds made available by that Act may be used to enter into a contract with any corporation that was convicted of a felony criminal violation under any Federal or State law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The Offeror represents that it is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of provision) Provision 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-00004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Clause 52.204-13 System for Award Management Maintenance Clause 52.212-4, Contract Terms and Conditions-Commercial Items Clause 52.212-5, Contract Terms and Conditions Required to implement Statutes Or Executive Orders-Commercial Items. The following FAR Clauses cited in this clause also applies: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6, Notice of Total Small Business Set Aside 52.219-28, Post Award Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Employment Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging While Driving. 52.225-13, Restriction on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim Clause 52.232-39, Unenforceability of Unauthorized Obligations Clause 52.232-40, Providing Accelerated Payments to Small Business Subcontractors Clause 52.247-34, FOB Destination Clause 52.252-2, Clauses Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Clause 52.252-6, Authorized Deviations in Clauses Clause 252.203-7000, Requirements Relating to Compensation of Former DoD Officials Clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights Clause 252.204-7003, Control of Government Personnel Work Product Clause 252.204-7004, Alternate A System for Award Management Clause 252.211-7003, Item Identification and Valuation Clause 252.211-7008, Use of Government-Assigned Serial Numbers Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports Clause 252.232-7006, Wide Area Work Flow Payment Instructions Clause 252.232-7010, Levies on Contract Payments Clause 252.247-7023, Transportation of Supplies by Sea Clause 5352.201-9101 Ombudsman Attachment 1: CDC Educational Item List
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/F1Q3RE4195A002/listing.html)
 
Place of Performance
Address: Dover AFB, Dover AFb, Delaware, 19902, United States
Zip Code: 19902
 
Record
SN03522084-W 20140924/140922235409-492403c3ea04d5dd496f2eb79d0029e7 (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.