Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2017 FBO #5685
SOLICITATION NOTICE

84 -- Marketing Items with Logo - Clauses by Full Text - Provisions by Full Text - Product Descriptions

Notice Date
6/15/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
323113 — Commercial Screen Printing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Virginia, Building 316, Fort Pickett, Blackstone, Virginia, 23824-6316
 
ZIP Code
23824-6316
 
Solicitation Number
W912LQ17T0015A
 
Archive Date
7/21/2017
 
Point of Contact
Betsy L. Lawrie, Phone: 4342986219, Susan Swanson, Phone: 4342986293
 
E-Mail Address
betsy.l.lawrie.mil@mail.mil, susan.e.swanson5.civ@mail.mil
(betsy.l.lawrie.mil@mail.mil, susan.e.swanson5.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Product Description and Pictures of Items Provisions by full text Clauses incorporated by full text Soliciation W912LQ-17-T-0015A is being issued as a combined synopsis/solicitation for promotional items for R&R. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, effective 19 January 2017. This procurement is being issued as a Small Business Set-Aside. The basis for award will be Best Value. 52.217-6 Option For Increased Quantity has been included if additional quantities are required. The below commercial items are requested in this solicitation. Interested vendors should provide firm fixed price (FFP) for the following contract line items. Item 0001 Quantity: 500 EA Description: Powerbank A white 10,000mAh External Battery Charger with Flashlight for Apple Phones, iPads, Samsung Galaxy Smartphones, and Tablets. External Battery Charger will have the National Guard black linear logo and URL imprinted on each powerbank. Logo will be provided after award. Picture of a compliant item is provided on the Product Description Sheet for illustrative purposes only. Item 0002 Quantity: 500 EA Description: Spiral Notebook - Black business Notebook with Pocket - Hardbound - 8-1/4 x 11 Inches - Imprinted with the National Guard white linear logo and URL. The logo will be provided after award. Picture of a compliant item is provided on the Product Description Sheet for illustrative purposes only. Item 0003 Quantity: 1,000 EA Description:Retractable Gel Pens Retractable Gel Pens with Micro Point (0.5mm), Black, 12 Count in each pack. Imprinted with the white linear National Guard logo with URL on each box. Logo will be provided after award. Picture of a compliant item is provided on the Product Description Sheet for illustrative purposes only. Item 0004 Quantity: 500 EA Description: Index Cards 3 x 5 Inches; Assorted Colors; 100 per pack Imprinted with the National Guard white linear logo and URL on the index card pack. The logo will be provided after award. Picture of a compliant item is provided on the Product Description Sheet for illustrative purposes only. Item 0005 Quantity: 500 EA Description: Netter Anatomy Flashcards Netter's Anatomy Flash Cards: With Online Student Consult Access, 4th Edition (Netter Basic Science). This item must be brand specific or equal. Flashcards will be imprinted with the National Guard white linear logo and URL - Equivalent items must be the most recent edition available and have online access to the flashcards and more in-depth study information. - Logo will be provided after award. Picture of a compliant item is provided on the Product Description Sheet for illustrative purposes only. Item 0006 Quantity: 500 EA Description: Calipers EKG Calipers with EKG ruler used to measure electrocardiogram wave sections. - Calibers made with hardened steel and include a plastic protective cover. - Calibers must come with a reusable pvc pouch carrying case - Calibers must come an EKG Ruler that features seconds scale for PR, QRS, Cycle, Length, Coupling, Escape, and Parasystolic Intervals. - The calipers are 1 11/16 inch x 6 3/8 inch so as to fit in a medical coat pocket. - Imprinted with the National Guard white linear logo and URL. Logo will be provided after award. Picture of a compliant item is provided on the Product Description Sheet for illustrative purposes only. Item 0007 Quantity: 500 EA Description: Oximeters - Portable Pulse Oximeter to measure hear rate and blood oxygen levels. - Lightweight (less than 2 oz) - Must come with Carrying Case, Batteries, Neck/Wrist Cord & One-Year Warranty - Imprinted with the National Guard white linear logo and URL. Logo will be provided after award. Picture of a compliant item is provided on the Product Description Sheet for illustrative purposes only. Item 0008 Quantity: 500 EA Description: Badge Holders Each set of badger holder comes with 5 Heavy Duty Vertical ID Badge Holders + 5 Retractable Reels w/Carabineers & Back Belt Clips. Imprinted with the National Guard white linear logo and URL. Logo will be provided after award. Picture of a compliant item is provided on the Product Description Sheet for illustrative purposes only. Item 0009 Quantity: 500 EA Description: Pen Lights - LED white medical pen lights made from aluminum alloy - Pen lights have a push-button for easy on/off functionality - Pen lights have a click and hold button that allows for an extra bright pre-focues beam - Pen lights come with a 5cm ruler on the back of the penlight - Pen lights are white in color with 2 pens per pack. - The pre-focused pinpoint lens directly illuminates eyes, ears and throat. - Each pen will be imprinted with the National Guard white linear logo and URL. Logo will be provided after award. Picture of a compliant item is provided on the Product Description Sheet for illustrative purposes only. Item 0010 Quantity: 500 EA Description: Pocket Clipboard - Full size medical pocket clipboard that allows the clipboard to fold in half for storage in a pocket. - Made of lightweight aluminum with the ability to carry 15 pieces of paper without a crease. - Clipboard also has quick medical reference guides with detailed day-to-day information such as EKG interpretation, acid/base determination and lab values. - Imprinted with the National Guard white linear logo and URL. Logo will be provided after award. Picture of a compliant item is provided on the Product Description Sheet for illustrative purposes only. Informational Sheet - R&R Back to School Kits I. The Virginia National Guard intends to purchase promotional give-away items. A listing of the items with a brief description and required quantities is below. Unit price shall include all associated delivery costs for FOB destination to zip code 23824. II. Award will be made on the basis of Best Value. Multiple awards may be made if determined to be in the best interest of the government. For evaluation purposes only, a fee of $500 per award will be applied - this fee is an administrative tool for evaluation purposes only and is not actually added into any quoted or contract costs. The purpose of adding an administrative fee for evaluation purposes is to determine if it is prudent for the government to award multiple contracts. Vendors are not required to quote all items. III. Submission Requirements: Prospective vendors must submit the following information with their quote package. Failure to submit one or more of the required documents may render the submission unresponsive. a. For Best Value i. Technical - see FAR Provision 52.212-2 included in the attachment to this announcement ii. Price (complete under "Product Description" of this attachment) iii. Past Performance - see FAR Provision 52.212-2 included in the attachment to this announcement b. To be determined technically acceptable, offerors must: i. Quote only MADE IN THE USA products (see BAA compliance section) and meet or exceed the salient characteristics of each item. ii. For purposes of evaluating technical, interested vendors shall submit the specification and description of the quoted items that are not samples (CLIN 0002, 0003, 0004, 0005, 0006, 0007 and 0008). For the requested samples (CLINS 0001, 0009 and 0010), technical evaluation will involve product quality, functionality and meeting the listed specifications in the product description (on Information Page). iii. For purposes of evaluating past performance, interested vendors shall submit a list of two similar items produced within the last 6 months. The information should include a product description and electronic photo if available. c. The government will evaluate on the basis of information furnished with the vendor's quote. The government may also review information readily available through other sources. d. As the government intends to award without discussions, interested vendors are responsible for ensuring all information is submitted by the closing date and time and presents the vendor's best offer, price, past performance and technical. The government reserves the right to enter into discussions if determined to be necessary. e. To be eligible for award, vendors must have an active account registration in the System for Award Management (SAM) at www.sam.gov f. Product samples will be required for CLIN 0001 (Powerbanks), CLIN 0009 (Pen Lights) and CLIN 0019 (Pocket Clipboards). The sample shall be provided within 2 business days of request and include postage paid return label and packing for vendors who wish to have their samples returned. g. Vendors who do not provide all of the required information with their quotes will not be considered. IV. The government reserves the right to adjust the quantities of items purchased based upon pricing received in response to this solicitation. Additional quantities may be purchased if funding becomes available or if pricing permits. Additional quantities purchased will be determined by the federal government based upon its mission needs; therefore, offerors must provide tiered pricing to identify any price breaks and the quantity when a discount is available. V. All pictures of requested items are representational - Brand Name items are not required or requested EXCEPT FOR CLIN 0008 (Netter Anatomy Flashcards). VI. Vendor may suggest an alternate CLIN structure for the award that is more advantageous to both the Contractor and Government. VII. Buy American Act (BAA) compliance - the Federal Acquisition Regulation (FAR) governs federal contracting; however, it is not the only regulation that must be followed. All Department of Defense agencies must follow the Defense Federal Acquisition Regulation, or DFARS. Additionally, each agency often has their own regulatory supplement such as the Army Federal Acquisition Regulation supplement, or AFARS. These regulations often have differing information - one example is concerning the BAA. As part of the Department of the Army, a DOD agency, the VaARNG adheres to the FAR, DFARS, and AFARS. For this procurement, we do NOT use the BAA clauses from the FAR - we use the DFARS clauses/provisions as directed in the DFARS, which differ significantly from the FAR. This solicitation includes the following DFARS provisions: 252.225-7001, 252.225-7002, and 252.225- 7048 (please refer to DFARS accessible at http://farsite.hill.af.mil/ ). Per the DFARS 225.101(a) For DOD, the following two-part test determines whether a manufactured end product is a domestic end product: a. The end product is manufactured in the United States; and b. The cost of its U.S. and qualifying country components exceeds 50% of the costs of all its components. This test is applied to end products only and not to individual components. Please note the DFARS states that a domestic product is defined as being an end product MANUFACTURED in the US, AND the costs of its US-made COMPONENTS exceeds 50% of the cost. This DOES NOT include screen printing, embellishments, packaging, etc. because these costs are not component costs. We can only consider foreign products if there are no product quotes received OR if the cost of domestic products is not reasonable based on DFARS cost reasonableness procedures. Please note that DFARS requires a 50% evaluation fee applied to foreign products. Example 1: Domestic Offer: $5 Foreign Offer; $2 Apply evaluation factor to foreign offer = $3; award on foreign offer based on cost reasonableness Example 2: Domestic Offer: $5 Foreign Offer: $3.50 Apply evaluation factor to foreign offer = $5.25; award on domestic offer. IX. In addition to a price quote and product specifications and images, offerors must complete and return FAR Provisions 52.212-3 ALT 1 and include taxpayers identification number (TIN), DUNS, and CAGE code. X. As the government intends to evaluate and award without discussion, the initial quote should contain the best terms. The government reserves the right to conduct discussions if the contracting officer determines it necessary. XI. All questions must be submitted in writing two days prior to solicitation close date. Questions should be sent via email to betsy.l.lawrie.mil@mail.mil or to Susan.e.swanson5.civ@mail.mil XII. Quotes are due by the date and time specific in this soliciation. CLAUSES INCORPORATED BY REFERENCE 52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements-- Representation JAN 2017 52.204-7 System for Award Management OCT 2016 52.204-13 System for Award Management Maintenance OCT 2016 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014 52.211-6 Brand Name or Equal AUG 1999 52.212-1 Instructions to Offerors--Commercial Items JAN 2017 52.212-2 Evaluation - Commercial Items OCT 2014 52.212-4 Contract Terms and Conditions--Commercial Items JAN 2017 52.217-6 Option For Increased Quantity MAR 1989 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7003 Agency Office of the Inspector General DEC 2012 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A System for Award Management Alternate A FEB 2014 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Dec 2016) DEC 2016 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2016 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.247-7023 Transportation of Supplies by Sea APR 2014
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44/W912LQ17T0015A/listing.html)
 
Place of Performance
Address: 23824, United States
Zip Code: 23824
 
Record
SN04546320-W 20170617/170615235552-357d4cd621ee5cd2e34ad07c334a75ba (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.