SOLICITATION NOTICE
99 -- Banners, Plaques and Medals - ATTACHMENT 1 SPECIFICATIONS AND EXAMPLES
- Notice Date
- 10/4/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 453998
— All Other Miscellaneous Store Retailers (except Tobacco Stores)
- Contracting Office
- Other Defense Agencies, Department of Defense Education Activity, DoDEA Pacific Procurement Office (DPPO), Unit 35007, APO, 96376-5007
- ZIP Code
- 96376-5007
- Solicitation Number
- HE12602751000
- Archive Date
- 11/2/2012
- Point of Contact
- Sheila Riley, Phone: 6445885
- E-Mail Address
-
sheila.riley@pac.dodea.edu
(sheila.riley@pac.dodea.edu)
- Small Business Set-Aside
- N/A
- Description
- Attachment 1 Specifications and Examples 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; proposals are being requested and a written solicitation will not be issued. This solicitation, reference number HE12602751000, is issued as a Request for Proposal. This procurement is being solicited as open market for Banners, Plaques, and Medals for the DoDEA Pacific FAR East Events. NAICS Code 453998 - All Other Miscellaneous Store Retailers. This acquisition is being conducted using FAR 12 and 13. The Government anticipates awarding a Firm-Fixed Indefinite Delivery-Indefinite Quantity contract in response to this RFP. If you are interested in responding to this requirement, you may participate by submitting a proposal in accordance with this RFP. Period of Performance: Base Year 1 Nov 12 - 31 Oct 13, plus 4-Option Years Delivery Location(s): Various locations throughout Okinawa Japan, Mainland Japan, Republic of Korea, and Guam. The Delivery order will define the place of delivery. The following are general locations within each area and is not an all-inclusive list. DoDEA-Pacific Director's Office Unit 35007 APO AP 96376-5007 DoDEA-Pacific Director's Office Torii Station Sobe, Yomitan-son, Bldg. 290 Okinawa, Japan 904-0304 District Superintendent Office Guam USNH Bldg 100 PSC 490 Box 7655 FPO AP 96538-1600 District Superintendent Office Guam Guam DDESS Schools Johnson Rd Bldg 100 Agana Heights, Guam 96910 DoDEA District Superintendent Korea UNIT 15549 APO AP 96205-5549 DoDEA District Superintendent Korea Yongsan Garrison, South Post Gate 10 8th Army Drive, Bldg. 3648 Itaewon-dong,Yhongson Gu Seoul, South Korea 140-301 DoDEA District Superintendent Okinawa UNIT 5166 APO AP 96368-5166 DoDEA District Superintendent Okinawa Kadena Air Base, Bldg. 9497 Okinawa-shi, Okinawa, Japan 904-0000 Contract Line Items (CLINs) - Reference Attachment 1 Specifications for complete descriptions Basic Year CLIN 0001 BANNERS Estimated Quantity: 50 EACH CLIN 0002 PLAQUE WITH BRASS PLATE - MEDIUM Estimated Quantity: 125 EACH CLIN 0003 PLAQUE WITH BRASS PLATE - LARGE Estimated Quantity: 90 EACH CLIN 0004 MEDAL W/LANYAR - ATHLETIC EVENT Estimated Quantity: 1,250 EACH SUBCLIN 0005AA Athletic Medal - Gold Estimated Total QTY: 625 EACH SUBCLIN 0005AB Athletic Medal - Silver Estimated Quantity: 625 EACH SUBCLIN 0005AC DIE FEE for Athletic Medal Estimated Quantity: 40 EACH CLIN 0005 JROTC MEDAL W/RIBBON DRAPE Estimated Total QTY: 375 EACH SUBCLIN 0005AA JROTC Brass Medal - Gold Estimated Quantity: 125 EACH SUBCLIN 0005AB JROTC Brass Medal - Silver Estimated Quantity: 125 EACH SUBCLIN 0005AC JROTC Brass Medal - Bronze Estimated Quantity: 125 EACH SUBCLIN 0005AD DIE FEE JROTC Medal Estimated Quantity: 15 EACH CLIN 0006 MEDAL WITH LANYARD - ACADEMIC EVENT Estimated Total QTY: 1,455 EACH SUBCLIN 0006AA Academic Medal - Gold Estimated Quantity: 485 EACH SUBCLIN 0006AB Academic Medal - Silver Estimated Quantity: 485 EACH SUBCLIN 0006AC Academic Medial - Bronze Estimated Quantity: 485 EACH CLIN 0007 Shipping and Handling %________ (NTE, MONITARY VALUE) % of the total price of materials per delivery order Option Year One CLIN 1001 BANNERS Estimated Quantity: 50 EACH CLIN 1002 PLAQUE WITH BRASS PLATE - MEDIUM Estimated Quantity: 125 EACH CLIN 1003 PLAQUE WITH BRASS PLATE - LARGE Estimated Quantity: 90 EACH CLIN 1004 MEDAL W/LANYAR - ATHLETIC EVENT Estimated Quantity: 1,250 EACH SUBCLIN 1005AA Athletic Medal - Gold Estimated Total QTY: 625 EACH SUBCLIN 1005AB Athletic Medal - Silver Estimated Quantity: 625 EACH SUBCLIN 1005AC DIE FEE for Athletic Medal Estimated Quantity: 40 EACH CLIN 1005 JROTC MEDAL W/RIBBON DRAPE Estimated Total QTY: 375 EACH SUBCLIN 1005AA JROTC Brass Medal - Gold Estimated Quantity: 125 EACH SUBCLIN 1005AB JROTC Brass Medal - Silver Estimated Quantity: 125 EACH SUBCLIN 1005AC JROTC Brass Medal - Bronze Estimated Quantity: 125 EACH SUBCLIN 1005AD DIE FEE for JROTC Medal Estimated Quantity: 15 EACH CLIN 1006 MEDAL WITH LANYARD - ACADEMIC EVENT Estimated Total QTY: 1,455 EACH SUBCLIN 1006AA Academic Medal - Gold Estimated Quantity: 485 EACH SUBCLIN 1006AB Academic Medal - Silver Estimated Quantity: 485 EACH SUBCLIN 1006AC Academic Medial - Bronze Estimated Quantity: 485 EACH CLIN 1007 Shipping and Handling %________ (NTE, MONITARY VALUE) % of the total price of materials per delivery order Option Year Two CLIN 2001 BANNERS Estimated Quantity: 50 EACH CLIN 2002 PLAQUE WITH BRASS PLATE - MEDIUM Estimated Quantity: 125 EACH CLIN 2003 PLAQUE WITH BRASS PLATE - LARGE Estimated Quantity: 90 EACH CLIN 2004 MEDAL W/LANYAR - ATHLETIC EVENT Estimated Quantity: 1,250 EACH SUBCLIN 2005AA Athletic Medal - Gold Estimated Total QTY: 625 EACH SUBCLIN 2005AB Athletic Medal - Silver Estimated Quantity: 625 EACH SUBCLIN 2005AC DIE FEE Athletic Medal Estimated Quantity: 40 EACH CLIN 2005 JROTC MEDAL W/RIBBON DRAPE Estimated Total QTY: 375 EACH SUBCLIN 2005AA JROTC Brass Medal - Gold Estimated Quantity: 125 EACH SUBCLIN 2005AB JROTC Brass Medal - Silver Estimated Quantity: 125 EACH SUBCLIN 2005AC JROTC Brass Medal - Bronze Estimated Quantity: 125 EACH SUBCLIN 2005AD DIE FEE for JROTC Medal Estimated Quantity: 15 EACH CLIN 2006 MEDAL WITH LANYARD - ACADEMIC EVENT Estimated Total QTY: 1,455 EACH SUBCLIN 2006AA Academic Medal - Gold Estimated Quantity: 485 EACH SUBCLIN 2006AB Academic Medal - Silver Estimated Quantity: 485 EACH SUBCLIN 2006AC Academic Medial - Bronze Estimated Quantity: 485 EACH CLIN 2007 Shipping and Handling %________ (NTE, MONITARY VALUE) % of the total price of materials per delivery order Option Year Three CLIN 3001 BANNERS Estimated Quantity: 50 EACH CLIN 3002 PLAQUE WITH BRASS PLATE - MEDIUM Estimated Quantity: 125 EACH CLIN 3003 PLAQUE WITH BRASS PLATE - LARGE Estimated Quantity: 90 EACH CLIN 3004 MEDAL W/LANYAR - ATHLETIC EVENT Estimated Quantity: 1,250 EACH SUBCLIN 3005AA Athletic Medal - Gold Estimated Total QTY: 625 EACH SUBCLIN 3005AB Athletic Medal - Silver Estimated Quantity: 625 EACH SUBCLIN 3005AC DIE FEE for Athletic Medal Estimated Quantity: 40 EACH CLIN 3005 JROTC MEDAL W/RIBBON DRAPE Estimated Total QTY: 375 EACH SUBCLIN 3005AA JROTC Brass Medal - Gold Estimated Quantity: 125 EACH SUBCLIN 3005AB JROTC Brass Medal - Silver Estimated Quantity: 125 EACH SUBCLIN 3005AC JROTC Brass Medal - Bronze Estimated Quantity: 125 EACH SUBCLIN 3005AD DIE FEE JROTC Medal Estimated Quantity: 15 EACH CLIN 3006 MEDAL WITH LANYARD - ACADEMIC EVENT Estimated Total QTY: 1,455 EACH SUBCLIN 3006AA Academic Medal - Gold Estimated Quantity: 485 EACH SUBCLIN 3006AB Academic Medal - Silver Estimated Quantity: 485 EACH SUBCLIN 3006AC Academic Medial - Bronze Estimated Quantity: 485 EACH CLIN 3007 Shipping and Handling %________ (NTE, MONITARY VALUE) % of the total price of materials per delivery order Option Year Four CLIN 4001 BANNERS Estimated Quantity: 50 EACH CLIN 4002 PLAQUE WITH BRASS PLATE - MEDIUM Estimated Quantity: 125 EACH CLIN 4003 PLAQUE WITH BRASS PLATE - LARGE Estimated Quantity: 90 EACH CLIN 4004 MEDAL W/LANYAR - ATHLETIC EVENT Estimated Quantity: 1,250 EACH SUBCLIN 4005AA Athletic Medal - Gold Estimated Total QTY: 625 EACH SUBCLIN 4005AB Athletic Medal - Silver Estimated Quantity: 625 EACH SUBCLIN 4005AC DIE FEE for Athletic Medal Estimated Quantity: 40 EACH CLIN 4005 JROTC MEDAL W/RIBBON DRAPE Estimated Total QTY: 375 EACH SUBCLIN 4005AA JROTC Brass Medal - Gold Estimated Quantity: 125 EACH SUBCLIN 4005AB JROTC Brass Medal - Silver Estimated Quantity: 125 EACH SUBCLIN 4005AC JROTC Brass Medal - Bronze Estimated Quantity: 125 EACH SUBCLIN 4005AD DIE FEE for JROTC Medal Estimated Quantity: 15 EACH CLIN 4006 MEDAL WITH LANYARD - ACADEMIC EVENT Estimated Total QTY: 1,455 EACH SUBCLIN 4006AA Academic Medal - Gold Estimated Quantity: 485 EACH SUBCLIN 4006AB Academic Medal - Silver Estimated Quantity: 485 EACH SUBCLIN 4006AC Academic Medial - Bronze Estimated Quantity: 485 EACH CLIN 4007 Shipping and Handling %________ (NTE, MONITARY VALUE) % of the total price of materials per delivery order Provisions and Clauses: The following provisions and clauses apply to this acquisition. A. FAR 52.212-1 Instruction to Offerors - Commercial Items (June 2008) ADDENDA To FAR 52.212-1 GENERAL INSTRUCTIONS: PROPOSAL SHALL INCLUDE THE FOLLOWING INFORMATION: (1) Price Proposal: The contractor shall provide a complete price proposal for the base period of performance and 4 option years. The offeror shall provide a unit price and total price for each contract line item number (CLIN) and SUBCLIN identified based on the estimated quantities provided. Include any and all discounts. The offeror shall propose a price for All CLINs in order to be considered for award. For CLINs 0007, 1007, 2007, 3007, and 4007 Shipping and Handling, the offeror shall propose a percentage to be charged on the total price of materials per each delivery order for shipping and handling expenses. The contractor shall indicate if there is no change for shipping and handling. (2) Technical Proposal: The offeror shall provide descriptive literature to include materials i.e. type of wood, size, dimensions, weight, and example pictures (if available) of all items proposed. Proposed items shall meet the Specifications (Attachment 1) to be considered for award: a. The product proposed shall be of a quality product in terms of materials used and meets the Specifications in Attachment 1. b. The product proposed is equal or similar in dimensions and/or weight to the products specified in the Specifications, Attachment 1. (3) Representations and Certifications: A completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items with this offer or statement that Reps and Cert are in the Online Representation and Certification Application (ORCA). Vendors must be actively registered in the Central Contractor Registry (CCR) Visit: https://www.sam.gov/portal/public/SAM/ for CCR and ORCA registration information. (4) Past Performance Contact List - The offeror shall provide at least 3 customers that can provide information on the quality of your organization's past performance for same/similar services within the last 3 years. Past performance references may be inside and/or outside the federal government. The following information shall be provided for each customer: a. Organization b. Name of Point of Contact c. Phone Number d. Email Address e. Contract Number, Period of Performance, and Contract Value f. Description of services provided The Government may also base an offeror's past performance record on government knowledge, government-wide Past Performance Information Retrieval System (PPIRS) or any other reasonable basis. If an offeror has no past performance record, the offeror will not be rated favorably or unfavorably. Past performance will be evaluated in accordance with FAR 13.106. (5) Organization Information: Your proposal shall also include the following Information: a. Tax identification number (TIN) (if applicable) b. Dun & Bradstreet Number (DUNS) c. Cage Code d. Complete Business Mailing Address e. Contact Name f. Contact Phone g. Contact email address (B) The Provision at 52.212-2 Evaluation-Commercial Items The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability of the items offered to meet the Government requirement in accordance with the attached specifications, price (must be fair and reasonable), and past performance (evaluate IAW FAR 13.106). Technical and past performance are of equal importance. Technical and past performance when combined, are equal in importance to price. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) BASIS FOR AWARD: Award will be made to the lowest priced technically acceptable offer that is determined to be most advantageous to the Government. The acceptable proposal with the lowest overall price that is technically acceptable will be deemed the most advantageous to the Government. Technically Acceptable - Offer clearly meets all of the specifications of the product requested Technically Unacceptable - Offer does not clearly meet all of the specifications of the product requested OFFER ACCEPTANCE: Proposal MUST be valid for 30 calendar days after submission. (C) The Provision at 52.212-3 Offeror Representations and Certifications-Commercial Items applies to this solicitation. (D) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. The following is incorporated by Addendum: (1) PERIOD OF PERFORMANCE The effective period of this contract during which delivery orders may be issued is from date of contract award through 12 months thereafter. Each option, if exercised, may extend the ordering period by an additional 12 months. (2) MINIMUM AND MAXIMUM QUANTITIES The Government will satisfy the minimum guarantee requirement of the awarded IDIQ contract with an amount of $2,000.00 per base period and any exercised option periods of performance consisting of any combination of the designated items contained in the schedule of supplies. The maximum dollar amount the Government may order under this contract is the contract award amount up to and including any combination of the quantities designated in the schedule as the maximum. (3) OPTIONS The government may extend the ordering period IAW FAR 52.217-9 of the contract by exercising options for four additional 12-month periods (4) CONTRACT TYPE The government contemplates award of an indefinite-delivery, indefinite-quantity contract with firm-fixed-price delivery orders. (5) AUTHORIZED GOVERNMENT REPRESENTATIVES Program Event Coordinators: Donald Hobbs (Email to be provided) Phillip Norris (Email to be provided) Todd Kirby (Email to be provided) Contracting Specialist/Officer: Sheila Riley, Sheila.riley@pac.dodea.edu (6) DELIVERY-ORDER PROCEDURES The following procedure shall be followed when placing delivery orders under this contract: (a) Only appointed Contracting Officers employed by the Department of Defense Education Activity (DoDEA) shall issue delivery orders under this contract. (b) A Standard Form (SF) 1449 will be issued for each delivery order. The SF 1449 shall constitute the instrument for the placement of items required under this contract. (c) Each delivery order shall define its own delivery schedule(s) and delivery location(s). (d) The ceiling amount for each delivery order will be the ceiling price stated therein and may not be exceeded except when authorized by a modification to the delivery order. (e) Delivery orders issued shall include, but not be limited to, the following information: 1. Date of order 2. Contract number and delivery order number 3. Accounting and appropriation data 4. Description of the item(s) to be delivered 5. Place of delivery 6. The inspecting and accepting codes 7. Period of performance (7) INVOICING INSTRUCTIONS In accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports is supplemented as follows: WIDE AREA WORKFLOW - RECEIPT AND ACCEPTANCE (WAWF-RA) ELECTRONIC RECEIVING REPORT AND INVOICING INSTRUCTIONS IN ACCORDANCE WITH DFARS 252.232-7003, USE OF ELECTRONIC PAYMENT REQUESTS, IS MANDATORY. Requests for payments must be submitted electronically via the Internet through the Wide Area WorkFlow - Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. The WAWF Vendor Instructions for Installation and Registration Guide is available online at: http://www.wawftraining.com. Note: Additional instructions and applicable codes for processing via WAWF will be provided at time of award. (E) The following clauses are incorporated by Addendum to FAR 52.212-4: 1. 52.204-7, 52.237-2, 52.216-18 (Fill-in: date of award; contract expiration date), 52.216-19 Fill-in: a. 2 items, b (1) and (2) the total number of items (1,860) or contract value, b(3) 10-days; 52.216-22 (Fill-in: 45 days past the expiration date), 52.217-8 (Fill-in: 30 days), 52.217-9 (Fill-in: 5 days; 30 days; 66-months includes extension period), 52.232-18 (Note: Funding is currently not available as the Government anticipates award Subject to the Availability of Funds pending fiscal year 2013 funding), 52.204-7004 AltA, 2252.203-7002, 252.203-7000, 252.209-7004, 252.216-7006 (fill-in date of award through completion date), 252.222-7002, 252.225-7041, 252.229-7000, and 252.233-7001. 2. FAR 52.252-1 Solicitation Provisions Incorporated by Reference. FAR: https://www.acquisition.gov/far/ DFARS: http://farsite.hill.af.mil/VFDFARA.HTM (End of provision) 3. 52.252-2 Clauses Incorporated By Reference (Full Text): The full text of a solicitation provision/clauses may be accessed electronically at the below address(es): FAR: https://www.acquisition.gov/far/; DFARS: http://farsite.hill.af.mil/VFDFARA.HTM (F) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition; including 52.222-50 Alt I, 52.233-3, 52.233-4, 52.204-10, 52.209-6, 52.225-13, and 52.232-33. (G) The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition; including 252.203-7000, 252.232-7003, 252.247-7023 Alt III. QUESTIONS: If you have questions regarding this requirement, please submit your inquiries on or before Monday, 15 October 2012, 6:00 PM Eastern Daylight Time (EDT)/Tuesday, 16 October 2012, 7:00 AM Japanese Standard Time (JST). Submission shall be via emailed to: sheila.riley@pac.dodea.edu RFQ DUE DATE: The RFQ Due date for responses is on or before Thursday 18 October 2012, 6:00 PM, Eastern Daylight Time (EDT)/Friday, 19 October 2012, 7:00 AM Japanese Standard Time (JST). Submission shall be via email to: sheila.riley@pac.dodea.edu Important Notice: DoDEA Pacific has a size limitation of 25MB for each email to a DoDEA Pacific email addressee. The offeror is solely responsible for ensuring that the offeror's proposal or correspondence successfully transmits to, and is received by, its intended DoDEA Pacific email addressee. The offeror is advised to immediately contact the intended email addressee for acknowledgement of email receipt. Tax Exemption Status: The Department of Defense Education Activity (DoDEA), including the DoDEA-Pacific, and the schools, facilities and offices comprising of DoDEA-Pacific, are activities of the United States Federal Government. As such, DoDEA-Pacific, like all other US federal government agencies and organizations, are precluded from being taxed by reason of the Supreme Court Decision in McCullough v. Maryland, 17 USC 316 (1817). In addition, various US States have codified this immunity by appropriate statutes. Although DoDEA-Pacific is exempt from taxation, the following information is provided in case the public requires verification of DoDEA's tax-exempt status: DoDEA Federal Tax ID is #26-2331642. Attachment 1: Specifications and Examples
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DoDEA/FPOAP/HE12602751000/listing.html)
- Place of Performance
- Address: Various locations throughout Okinawa Japan, Mainland Japan, Republic of Korea, and Guam., Japan
- Record
- SN02909266-W 20121006/121005000142-ab6a5ae453ffae37db85a8f1341ff587 (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 |