Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2013 FBO #4261
MODIFICATION

78 -- Promotional/Advertising Item

Notice Date
7/23/2013
 
Notice Type
Modification/Amendment
 
NAICS
323113 — Commercial Screen Printing
 
Contracting Office
USPFO for Maryland, State Military Reservation, 301 Old Bay Lane, Havre de Grace, MD 21078-4094
 
ZIP Code
21078-4094
 
Solicitation Number
W912K6-13-Q-1064
 
Response Due
7/25/2013
 
Archive Date
9/21/2013
 
Point of Contact
John Ebmeier, 410-942-8468
 
E-Mail Address
USPFO for Maryland
(john.ebmeier@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Clarification of Size added. Towel specifications are as follows: Size is 15 inches x 18 inches. 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. Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66. This RFQ is a Total Small Business set-aside in accordance with FAR 19.502-2 and will include Contract Clause 52.219-6. The NAICS code is 323113 and the small business size standard for this NAICS Code is 500 Employees. The Maryland Army National Guard (MDARNG) has a requirement for advertising hand towels promoting the Maryland Army National Guard in support of our Recruiting and Retention unit. Quantity required: Thirty Thousand (30,000). Towel specifications are as follows: Size is 15 inches x 18 inches, material Velour 1.25 pound/dozen, Color is Purple PMS 273, Printed on one side, Imprint color is Opaque White. Print includes a Maryland National Guard and Ravens logo. See Towel Illustration on attachment. NFL has strict licensing rules and qualifications for its vendors; any supplier quoting on this requirement must comply with these rules and meet these qualifications as a licensed vendor before quoting on this requirement. The product will be shipped directly to the Baltimore Ravens, Baltimore, Maryland, 21230, full address and contact information to be supplied at award. The Maryland National Guard has permission to use the logos required and will provide artwork. The vendor must supply a sample of product and receive approval before manufacturing production quantities. Delivery must be within 60 days of contract award. The following clauses are provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars The clauses are to remain in full force in any resultant contract: FAR 52.204-7, Central Contractor Registration; FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR 52.204-99, System for Award Management Registration (AUG 2012); FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and conditions Required to Implement Statutes or Executive Orders - Commercial Items; DFARS 252-212-7001 (Dev) Contract Terms, Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; 52.222-36, Affirmative Actions for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.222-50, Combating Trafficking Persons; FAR 52.223-5, FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.227-1, Authorization and Consent; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.243-1, Changes Fixed Price (Alt 1); FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.201-7000, Contracting Officer's Representative; DFARS 252.203-7000, Requirements Relating to Compensation of former DOD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005, Representations Relating to Compensation for Former DOD Officials; 252.204-7004, Required Central Contractor Registration, Alternate A; DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal &Year 2013 Appropriations; DFARS 252.223-7006, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. FAR 52.212-3, Offeror Representations and Certifications - Commercial items applies to the Request for Quotation and offeror must include a completed copy of this provision with their proposal or indicate (with DUNS Number) that current information is available on the federal government website SAM (https://www.sam.gov/). The full text of these clauses and provisions may be assessed electronically at the website http://farsite.hill.af.mil. Prospective contractors must be registered in the System for Award Management (SAM) prior to award of a government contract. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252-232-7010, Levies on Contract Payments; and DFARS 252.247-7023, Transportation of Supplies by Sea - Alternate III;. All quotes/responses must be received no later than 5:00 P.M., Eastern Daylight Savings Time, 25 July 2013, with an anticipated award date on/around 01 August 2013. All responsible sources may submit a capability statement, proposal or quotation which shall be considered by the agency. Point of Contact John Ebmeier, Contract Specialist, Please do not call, email at john.f.ebmeier.civ@mail.mil Contracting Office Address USP&FO For Maryland, Purchasing & Contracting Division, 301 Old Bay Lane, State Military Reservation, Havre de Grace, Maryland 21078-4094. Towel Illustration See Attachment. END
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA18/W912K6-13-Q-1064/listing.html)
 
Place of Performance
Address: USPFO for Maryland State Military Reservation, 301 Old Bay Lane Havre de Grace MD
Zip Code: 21078-4094
 
Record
SN03124719-W 20130725/130723235538-2fd5062d4bc26bbf0f59d64193e47614 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.