SOLICITATION NOTICE
75 -- Custom Novelty Items for the 2011 NRAM/Radon Collateral In Accordance With Specifications
- Notice Date
- 8/4/2010
- Notice Type
- Presolicitation
- Contracting Office
- Environmental Protection Agency, Administrative Contract Service Center, 1200 Pennsylvania Avenue, Nw, Washington, DC 20460
- ZIP Code
- 20460
- Solicitation Number
- RFQ-DC-10-00207
- Response Due
- 8/11/2010
- Archive Date
- 9/11/2010
- Point of Contact
- Point of Contact, Trina Fisher, Purchasing Agent, Phone (202) 564-1789
- E-Mail Address
-
U.S. Environmental Protection Agency
(FISHER.TRINA@EPAMAIL.EPA.GOV)
- Small Business Set-Aside
- N/A
- Description
- NAICS Code: 541890 Custom Novelty Items for the 2011 NRAM/Radon Collateral In Accordance With Specifications. NAICS Code: 541890 - Other Services Related to Advertising with a Small Business Administration (SBA) size standard of $7.0M. The U.S. Environmental Protection Agency (EPA), Office of Radiation and Indoor Air (ORIA), under the authority of the Federal Acquisition Regulations (FAR) Part 13, Simplified Acquisition Procedures, requests that you submit a quotation for issue of a purchase order for Custom Novelty Items in accordance with the provided specifications. 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; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued under RFQ-DC-10-00207 and includes the incorporated provisions and clauses in effect through Federal Acquisition Circular 05-44. The North American Industry Classification System (NAICS) Code for this procurement is 541890 and is being conducted as a small business set-aside. The specifications are located at the bottom of this notice. For the required artwork and any questions related to this requirement, vendors must email the Contract Specialist, Trina Fisher, at fisher.trina@epa.gov no later than 4:00 pm EST Friday August 6, 2010. The email must reference the RFQ number in the subject line. No telephone inquiries will be accepted. The Government anticipates issue of a Firm-Fixed-Price purchase order for this requirement. Basis for Award: The Government will issue the purchase order to the responsive, responsible vendor that offers the Lowest Price, Technically Acceptable (LPTA) quote to the Government. Prospective sources are reminded that an award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database (http://www.ccr.gov), in accordance with FAR 4.11. The provision at FAR 52.212-1 "Instructions to Offerors-Commercial" applies to this acquisition. Offerors are to include a copy of FAR provision 52.212-3 "Offeror Representations and Certifications - Commercial Items" with their response. The following FAR clauses apply: 52.212-4 -"Contract Terms and Conditions - Commercial Items", 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items", with the following marked clauses cited in 52.212-5 being applicable to this acquisition: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402).__ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)).__ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (MAR 2009) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)__ (4) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Mar 2009) (Pub. L. 111-5).__ (5) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a).__ (6) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).__ (7) [Reserved]_X_ (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644).__ (ii) Alternate I (Oct 1995) of 52.219-6.__ (iii) Alternate II (Mar 2004) of 52.219-6.__ (9)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).__ (ii) Alternate I (Oct 1995) of 52.219-7.__ (iii) Alternate II (Mar 2004) of 52.219-7.__ (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)).__ (11)(i) 52.219-9, Small Business Subcontracting Plan (Apr 2008) (15 U.S.C. 637(d)(4)).__ (ii) Alternate I (Oct 2001) of 52.219-9.__ (iii) Alternate II (Oct 2001) of 52.219-9.__ (12) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)).__ (13) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).__ (14)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer).__ (ii) Alternate I (June 2003) of 52.219-23.__ (15) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).__ (16) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).__ (17) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f)._X_ (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2))._X_ (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755).__ (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126)._X_ (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999)._X_ (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).__ (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212)._X_ (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793).__ (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212).__ (26) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)__ (27)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)__ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)__ (28) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b).__ (29)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423).__ (ii) Alternate I (DEC 2007) of 52.223-16.__ (30) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d)._X_ (31)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138).__ (ii) Alternate I (Jan 2004) of 52.225-3.__ (iii) Alternate II (Jan 2004) of 52.225-3.__ (32) 52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note)._X_ (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).__ (34) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).__ (35) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150)._X_ (36) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f))._X_ (37) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f))._X_ (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).__ (39) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332).__ (40) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332).__ (41) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).__ (42)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631).__ (ii) Alternate I (Apr 2003) of 52.247-64. Quote Submission: Offerors shall submit a firm-fixed-price quote (broken down by line item) for issue of the purchase order. Partial quotes will not be accepted for this requirement. The specifications are located at the bottom of this notice. For the required artwork and any questions related to this requirement, vendors must email the Contract Specialist, Trina Fisher, at fisher.trina@epa.gov no later than 4:00 pm EST Friday August 6, 2010. The email must reference the RFQ number in the subject line. No telephone inquiries will be accepted. In addition, the FAR 52.212-3 representations and certifications shall be submitted. Responses are due no later than Wednesday August 11, 2010 at 4:00 pm EST and must be submitted via email to Trina Fisher at fisher.trina@epa.gov. Specifications and Shipping: Prospective offers shall provide quotes and approximate turnaround time for production and shipping to Batavia, IL 60510. Estimated shipping and set-up costs must be included in the quote. Note that the EPA wants to maximize the items. Post-its Type: Adhesive on edgeSize: 3"x3"Number of pages: 25Color of Paper: White (use recycled paper)Color of Imprint: Green -- Match to the green that is a part of EPA's radon media campaign (see attachments) -- do not match to green in the EPA logoImprint Message and Placement (See attachment): Center top first line: "Living Healthy & Green - Test for Radon "; center top second line: "www.epa.gov/radon"; center bottom in italics "Made from recycled paper"Qty: 55,000 Pens Type: Click-it Pen, no separate cap, plastic molded ribbed gripColor of Pen: WhiteColor of Trim and Imprint: Green -- Match to the green that is a part of EPA's radon media campaign (see attachments) -- do not match to green in the EPA logoImprint Message and Placement (See attachment minus the recycle symbol): Center first line in italics: "Living Healthy & Green"; center second line: "Test for Radon"; center third line: "www.epa.gov/radon" Color of Ink: BlackQty: 25,000 Pencils Type: Carpenter pencils (flat design), FSC-certified materials, 7" lengthColor of Pencils: Natural finishColor of Trim and Imprint: Green (similar to green door in attached artwork with brown house)Imprint Message and Placement: Center first line: "Ask About Radon - Call 1-866-730-GREEN"; center second line: "www.epa.gov/radon"Lead: #2, medium, blackQty: 25,000 Lapel Pins Type: 1.5" Soft enamel lapel pins, 1.2 mm thick metal, 8mm post and butterfly or rubber clutch attachmentColor of Lapel Pin: GoldColors of Imprint: Blue, black Imprint Message and Placement: Center first line: "Saving Lives from Lung Cancer"; center second line: "RADONleaders.org"Qty: 3,000 Lapel Pins Type: 1.5" Soft enamel lapel pins, 1.2 mm thick metal, 8mm post and butterfly or rubber clutch attachmentColor of Lapel Pin: GreenColor of Trim: GoldColors of Imprint: BlackImprint Image, Message and Placement: Left: brown house with green door; right half of house: "Test for Raon" in black; bottom center under house "Test for Radon": ""www.epa.gov/radon"Qty: 3,000 Need-by Dates: Proof by August 18, 2010Shipment by September 10, 2010 Shipping Address: 934 Paramount ParkwayBatavia, IL 60510
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/HQ/RFQ-DC-10-00207/listing.html)
- Record
- SN02228987-W 20100806/100804235335-edace76ec847c91a1d24dc16e9eb8e61 (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 |