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, 2015 FBO #4997
SOLICITATION NOTICE

99 -- Promotional Marketing Item - Commercial Screen Printing - Attachment #1 - 252.709-7993 - Attachment 3 - Requirement Listing - Attachment 2 - Bid Sheet

Notice Date
7/28/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
323113 — Commercial Screen Printing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Maine, Camp Keyes, Augusta, Maine, 04333-0032
 
ZIP Code
04333-0032
 
Solicitation Number
W912JD-15-T-0011
 
Point of Contact
Darlene Howes, Phone: 2074305608
 
E-Mail Address
darlene.r.howes.civ@mail.mil
(darlene.r.howes.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 2 - Bid Sheet - Return with Bid Attachment #3 - Requirement Listing Attach 1 - 252.709-7993 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented through FAC 2005-76, effective 25 Jul 2014, DPN 20140805, effective 5 Aug 2014 and additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate solicitation will not be issued. The Maine Army National Guard Recruiting and Retention Office has a requirement for commercial screen printing on promotional marketing items that they intend to give away to reenlistment soldiers and the public. A listing of the items with a brief description and required quantities is attachment. IAW FAR 19.502-2 - 100% Small Business Set-Aside Unit price shall be included in all associated delivery cost for FOB Destination to zip code 04330. Multiple shipments are acceptable, however, all unit prices must include shipped and accepted prior to submitting invoice. Delivery shall be made between the hours of 8.30am and 3.00pm, Monday through Friday, except that no delivery shall be made on Federal/State Holidays. Unit price shall include any/all set-up chargers that may apply into the cost of the item. The Government reserves the right to issue multiple awards if the determination is in the best interest of the Government, with an evaluation fee of $500 per award will be applied. The vendors are not required to quote on all items. All quotes shall be for thirty (30) calendar days from the closing date. Vendors are advised that any purchase order resulting from this combined synopsis/solicitation will be required written acceptance. IAW FAR 52.212-2 - Evaluation - Commercial Items - The award will be made on the basis of lowest price, technically acceptable (LPTA). In order to be determined technically acceptable, quoted products must meet the minimum technical identified. In order determine if the requirements can be met, the product descriptions and address the requirements must be provided with the quote. If the product information is available online, a web address may be provided in lieu of the product description sheet. A Government representative(s) will evaluate the information provided to determine if, in his/her opinion, the minimum requirements and intended use of the product(s) is met. The Government is not required to research information outside what is provided (product specifications/web address) in order to make the determination. **In addition to a price quote and product specifications, the following shall be provided: completed FAR and DFARS provisions 52.212-3 and 252.209-7993, taxpayer identification number (TIN), Dun and Bradstreet number (DUNS), and Commercial and Government Entity (CAGE) code. Companies doing business with the Federal Government are required to use the System for Award Management (SAM). In order to be eligible to receive an award for this requirement, vendors must have an active SAM registration. The website to register, update, or reactivate an account at SAM is https://www.sam.gov. ****Please check the blocks and sign bottom of the Attachment form #1, 252.209-7993, Tax Liability, with your quote. All questions and requests for information regarding this Request for Proposal (RFP) must be received NO LATER THAN close of business four (4) working days prior to the quote due date in order to minimize the need to extend the closing date. Questions must be submitted in writing to darlene.r.howes.civ@mail.mil. Within the Subject Line of the email, indicate W912JD-15-T-0011 - Promotional Marketing Items. Vendors must comply with the following clauses/provisions incorporated by reference (full text available at http://farsite.hill.af.mil): 52.204-7, 52.204-13, 52.204-16, 52.204-18, 52.204-19, 52.212-1, 52.212-4, 52.232-39, 52.232-40, 252.203-7000, 252.203-7002, 252.203-7005, 252.204-7003, 252.204-7004 Alt A, 252.204-7012, 252.225-7001, 252.225-7002, 252.225-7012, 252.225-7048, 252.232-7010, 252.243-7001, 252.244-7000, 252.247-7023, 52.212-3, 52.212-5, 52.203-6, 52.203-17, 52.204-10, 52.209-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-15, 52.223-18, 52.225-13, 52.225-25, 52.232-1, 52.232-2, 52.232-33, 52.233-3, 52.252-2, 252,203-7002, 252.209-7992, 252.232-7006, 252.232-7010 and 252.247-7023 The Buy American Act as it pertains to supplies applies to this solicitation. Please refer to DFARS 225.101 and DFRAS 225.170. - There is an exception to the Buy American Act - FAR 25.103(c) - Determining Reasonableness of Cost. (c) Unreasonable Cost. The Contracting Officer may determine that the cost of a domestic end product would be unreasonable, in accordance with FAR 25.105 and Subpart 25.5. If there is adequate information with quote. The Contracting Officer can determine price fair and reasonable, than an exception could be made to the Buy American Act based on the above reference. In addition, provide a list of countries were product are made shall be required. The Contracting Officer will make a final determination accordance to the FAR and DFARS, if country is a prohibited source. DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (JUN 2012). Invoicing required via Wide Area Work Flow (WAWF) applies to this order.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA17/W912JD-15-T-0011/listing.html)
 
Place of Performance
Address: Delivery To:, USPFO Warehouse, Building #14, Camp Keyes, 194 Winthrop Street, Augusta, Maine, 04333-0032, United States
Zip Code: 04333-0032
 
Record
SN03812951-W 20150730/150728235418-7fac2c6023bf5dffbc5dd3cda1a7f7ca (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.