Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2014 FBO #4516
MODIFICATION

84 -- Engineer school uniform items

Notice Date
4/4/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
606 Iowa St, Fort Leonard Wood, MO 65473
 
ZIP Code
65473
 
Solicitation Number
W911S7-14-T-0021
 
Response Due
4/7/2014
 
Archive Date
10/4/2014
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is W911S7-14-T-0021 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-72. The associated North American Industrial Classification System (NAICS) code for this procurement is 332999 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-04-07 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Leonard Wood, MO 65473 The MICC Fort Leonard Wood requires the following items, Exact Match Only, to the following: LI 001: 169th Engineer Battalion Unit Crest: A silver color metal and enamel device 1 1/8 inches (2.86cm) in height overall consisting of a shield blazoned: Per fess enhanced dovetailed of three Argent and Gules, in base a fleur-de-lis flowered of the first. Attached below the shield is a silver scroll inscribed "MIND AND HAND" in black letters. Item must be manufactured by a certified manufacturer recognized by the Institute of Heraldry. Exact Match Only, 500, EA; LI 002: 31st Engineer Battalion Unit Crest: A silver metal color insignia 1 1/8 inches (2.86 cm) in width consisting of a black spade bearing a silver edelweiss with yellow center, the spade between two silver stars, the device mounted on a red scroll inscribed ?DEMONSTRAMUS? in silver letters. Item must be manufactured by a certified manufacturer recognized by the Institute of Heraldry. Exact Match Only, 200, EA; LI 003: Army Physical Fitness Badge; On a dark blue disc 1 5/8 inches (4.13 cm) in diameter edged dark blue; a yellow stylized human figure with arms outstretched in front of a representation of the coat of arms of the United States displaying six stars (three on each side of the figure) and thirteen alternating white and red stripes, all encircled by a brittany blue designation band inscribed "PHYSICAL FITNESS" at top and "EXCELLENCE" below separated on either side by a star, all navy blue; edged with a 1/8 inch (.32 cm) navy blue border. Overall diameter is 2 5/8 inches (6.67 cm). Item must be manufactured by a certified manufacturer recognized by the Institute of Heraldry.Exact Match Only, 380, EA; LI 004: Carbine Qualification bar, A white metal (silver, nickel and rhodium), bar reading carbine. Item must be manufactured by a certified manufacturer recognized by the Institute of Heraldry. Exact Match Only, 4400, EA; LI 005: Engineer and US Enlisted U.S. centered on a 25 millimeters (one inch) disk, all 22k metal finish. Second disk Corps of engineers triple turreted castle centered on a 25 millimeters (one inch) disk, all 22k metal finish. Item must be manufactured by a certified manufacturer recognized by the Institute of Heraldry. Exact Match Only, 7250, EA; LI 006: Engineer Corps Regimental Crest: A silver color metal and enamel device 1 1/16 inches in height consisting of a scarlet shield with silver border and gold castle at center and attached below a scarlet scroll inscribed ''ESSAYONS'' in silver. Item must be manufactured by a certified manufacturer recognized by the Institute of Heraldry. Exact match Only, 10250, EA; LI 007: Engineer School Essayons Crest: A silver color metal and enamel device 1 1/16 inches in height consisting of a scarlet shield with silver border, silver oil lamp mounted on top and gold castle at center and attached below a scarlet scroll inscribed ''ESSAYONS'' in silver.Item must be manufactured by a certified manufacturer recognized by the Institute of Heraldry.Exact match only, 600, EA; LI 008: Grenade Qualification Bar: A white metal (silver, nickel and rhodium), bar reading Grenade.Item must be manufactured by a certified manufacturer recognized by the Institute of Heraldry. Exact Match Only, 1800, EA; LI 009: Expert Badge: A white metal (silver, nickel and rhodium), 1.17 inches in height, a cross patee with the representation of a target placed on the center thereof and enclosed by a wreath. Item must be manufactured by a certified manufacturer recognized by the Institute of Heraldry. Exact match Only, 1200, EA; LI 010: Senior Engineer Instructor Badge with Fob: Round leather fob 2? in diameter, a 1/8? hole will be drilled ?? in above the center point and ?? below the center point, The word SENIOR placed on the upper portion of the leather fob, The word INSTRUCTOR on the Bottom portion of the leather fob, The text will be centered and conform with the natural shape of the leather fob, Text size ?? in, In the center the U.S. Army Engineer School Distinctive Unit Insignia. ?A silver color metal Gules, a triple turreted castle Argent, within a diminished bordure of the like. Attached above the shield the crest of the device of the U.S. Army Engineer School: From a wreath Argent and Gules a lamp of Knowledge. Attached below the shield a red scroll arced around the bottom and bordered in silver and bearing the inscription ?ESSAYONS? in silver See Appendix A for Photo, 552, EA; LI 011: Master Engineer Instructor Badge with Fob: Round leather fob 2? in diameter, a 1/8? hole will be drilled ?? in above the center point and ?? below the center point, The word MASTER placed on the upper portion of the leather fob, The word INSTRUCTOR on the Bottom portion of the leather fob, The text will be centered and conform with the natural shape of the leather fob, Text size ?? in,In the center the U.S. Army Engineer School Distinctive Unit Insignia. A silver color metal Gules, a triple turreted castle Argent, within a diminished bordure of the like. Attached above the shield the crest of the device of the U.S. Army Engineer School: From a wreath Argent and Gules a lamp of Knowledge. Attached below the shield a red scroll arced around the bottom and bordered in silver and bearing the inscription ?ESSAYONS? in silver, 552, EA; LI 012: 35th En BN Crest: On a silver color metal and enamel device 1 1/8 inches (2.86cm) in height overall consisting of a shield Gules, a bend archy Argent and four fleurs-de-lis in fess counterchanged. Attached below the shield a red scroll inscribed "ABILITY COURAGE RESULTS" in silver letters. Item must be manufactured by a certified manufacturer recognized by the Institute of Heraldry.Exact Match Only, 100, EA; LI 013: 554th En Bn Crest- A Silver color metal and enamel device 1 1/8 inches (2.86 cm) in height overall, consisting of a shield blazoned: Per chevron inverted Gules and Argent, a chevron in similar position per chevron of the like counterchanged, in chief a mullet of the second, in base four pallets of the first. Attached below the shield a Silver scroll inscribed "HAEC LUCRA LABORUM" in Black letters. Item must be manufactured by a certified manufacturer recognized by the Institute of Heraldry. Exact Match Only, 600, EA; LI 014: Engineer School ACU patch w/velcro On a olive lozenge with rounded corners, 2 inches (5.08cm) in width and 3 inches (7.62cm) in height, a torch surmounted by a castle, all black. Item must be manufactured by a certified manufacturer recognized by the Institute of Heraldry.Exact Match Only, 800, EA; LI 015: 1st ENG BDE ACU Patch w/velcro On a olive rectangular background with a rounded top, 3 1/8 inches (7.94 cm) in width and 3 1/4 inches (8.26 cm) in height, a modern anchor palewise behind a sub-machine gun fesswise on which is perched an eagle with wings displayed and inverted all in black. Item must be manufactured by a certified manufacturer recognized by the Institute of Heraldry.Exact Match only, 1700, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Leonard Wood intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Leonard Wood is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) to clientservcies@fedbid.com, so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The following DFARS clauses apply to this solicitation: 252.204-7004 252.211-7003 252.232-7003 252.212-7001 Blocks to check _X_ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (1) _X__252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). (5) _X_ 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582). (23)(i) ___ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (iv) _X_ Alternate III (MAY 2002) of 252.247-7023. The following FAR clauses apply to this solicitation: 52.212-1 By reference INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (SEP 2006) 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (FEB 2007) 52.222-54 Employment Eligibility Verification 52.211-6 Brand Name or Equal 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) (a) 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: Lowest price technically acceptable (b) 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). (c) 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) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. (End of provision) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.212-5 Blocks to check (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). (19) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). (20) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). (22) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (23) If over 10K (33) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006) (38) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). (41) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). (a) Definitions. As used in this clause: ?Executive? means officers, managing partners, or any other employees in management positions. ?First-tier subcontract? means a subcontract awarded directly by a Contractor to furnish supplies or services (including construction) for performance of a prime contract, but excludes supplier agreements with vendors, such as long-term arrangements for materials or supplies that would normally be applied to a Contractor?s general and administrative expenses or indirect cost. ?Total compensation? means the cash and noncash dollar value earned by the executive during the Contractor?s preceding fiscal year and includes the following (for more information see 17 CFR 229.402(c)(2)): (1) Salary and bonus. (2) Awards of stock, stock options, and stock appreciation rights. Use the dollar amount recognized for financial statement reporting purposes with respect to the fiscal year in accordance with the Statement of Financial Accounting Standards No. 123 (Revised 2004) (FAS 123R), Shared Based Payments. (3) Earnings for services under non-equity incentive plans. This does not include group life, health, hospitalization or medical reimbursement plans that do not discriminate in favor of executives, and are available generally to all salaried employees. (4) Change in pension value. This is the change in present value of defined benefit and actuarial pension plans. (5) Above-market earnings on deferred compensation which is not tax-qualified. (6) Other compensation, if the aggregate value of all such other compensation (e.g., severance, termination payments, value of life insurance paid on behalf of the employee, perquisites or property) for the executive exceeds $10,000. (b) Section 2(d)(2) of the Federal Funding Accountability and Transparency Act of 2006 (Pub. L. 109-282), as amended by section 6202 of the Government Funding Transparency Act of 2008 (Pub. L. 110-252), requires the Contractor to report information on subcontract awards. The law requires all reported information be made public, therefore, the Contractor is responsible for notifying its subcontractors that the required information will be made public. (c)(1) Unless otherwise directed by the contracting officer, by the end of the month following the month of award of a first-tier subcontract with a value of $25,000 or more, (and any modifications to these subcontracts that change previously reported data), the Contractor shall report the following information at http://www.fsrs.gov for each first-tier subcontract. (The Contractor shall follow the instructions at http://www.fsrs.gov to report the data.) (i) Unique identifier (DUNS Number) for the subcontractor receiving the award and for the subcontractor?s parent company, if the subcontractor has a parent company. (ii) Name of the subcontractor. (iii) Amount of the subcontract award. (iv) Date of the subcontract award. (v) A description of the products or services (including construction) being provided under the subcontract, including the overall purpose and expected outcomes or results of the subcontract. (vi) Subcontract number (the subcontract number assigned by the Contractor). (vii) Subcontractor?s physical address including street address, city, state, and country. Also include the nine-digit zip code and congressional district. (viii) Subcontractor?s primary performance location including street address, city, state, and country. Also include the nine-digit zip code and congressional district. (ix) The prime contract number, and order number if applicable. (x) Awarding agency name and code. (xi) Funding agency name and code. (xii) Government contracting office code. (xiii) Treasury account symbol (TAS) as reported in FPDS. (xiv) The applicable North American Industry Classification System code (NAICS). (2) By the end of the month following the month of a contract award, and annually thereafter, the Contractor shall report the names and total compensation of each of the five most highly compensated executives for the Contractor?s preceding completed fiscal year at http://www.ccr.gov, if? (i) In the Contractor?s preceding fiscal year, the Contractor received? (A) 80 percent or more of its annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (B) $25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (ii) The public does not have access to information about the compensation of the executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (To determine if the public has access to the compensation information, see the U.S. Security and Exchange Commission total compensation filings at http://www.sec.gov/answers/execomp.htm.) (3) Unless otherwise directed by the contracting officer, by the end of the month following the month of a first-tier subcontract with a value of $25,000 or more, and annually thereafter, the Contractor shall report the names and total compensation of each of the five most highly compensated executives for each first-tier subcontractor for the subcontractor?s preceding completed fiscal year at http://www.fsrs.gov, if? (i) In the subcontractor?s preceding fiscal year, the subcontractor received? (A) 80 percent or more of its annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (B) $25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (ii) The public does not have access to information about the compensation of the executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (To determine if the public has access to the compensation information, see the U.S. Security and Exchange Commission total compensation filings at http://www.sec.gov/answers/execomp.htm.) (d)(1) If the Contractor in the previous tax year had gross income, from all sources, under $300,000, the Contractor is exempt from the requirement to report subcontractor awards. (2) If a subcontractor in the previous tax year had gross income from all sources under $300,000, the Contractor does not need to report awards to that subcontractor. (e) Phase-in of reporting of subcontracts of $25,000 or more. (1) Until September 30, 2010, any newly awarded subcontract must be reported if the prime contract award amount was $20,000,000 or more. (2) From October 1, 2010, until February 28, 2011, any newly awarded subcontract must be reported if the prime contract award amount was $550,000 or more. (3) Starting March 1, 2011, any newly awarded subcontract must be reported if the prime contract award amount was $25,000 or more. (Sep 2011) (LOCAL CLAUSE) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. ( All items under this requirement must conform to the Institute of Heraldry manufacturing standards and evidence of Institute of Heraldry certification must be provided with all offers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b770067e1bb556ebb33ef3121a4ae8c5)
 
Place of Performance
Address: Fort Leonard Wood, MO 65473
Zip Code: 65473
 
Record
SN03330692-W 20140406/140404234928-b770067e1bb556ebb33ef3121a4ae8c5 (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.