Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 23, 2015 FBO #4898
MODIFICATION

84 -- OPTION - USMA USCC Insignias, Dress Hats & Service Caps

Notice Date
4/21/2015
 
Notice Type
Modification/Amendment
 
Contracting Office
Mission Installation Contracting Command - West Point, West Point, NY 10996
 
ZIP Code
10996
 
Solicitation Number
W911SD-15-T-0065
 
Response Due
4/23/2015
 
Archive Date
10/20/2015
 
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 W911SD-15-T-0065 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 2005-80. The associated North American Industrial Classification System (NAICS) code for this procurement is 339993 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 2015-04-23 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be West Point, NY 10996 The MICC West Point requires the following items, Purchase Description Determined by Line Item, to the following: Base Period of Performance: 04/30/2015 - 01/31/2016 LI 001: Insignias for the United States Military Academy (USMA) United States Corp of Cadets (USCC) Full Dress Hats in accordance with the attached military specifications. Delivery is required no later than 60 days after award. A sample of this item is requied by the close of this buy., 1500, EA; LI 002: Insignias for the United States Military Academy (USMA) United States Corp of Cadets (USCC) Uniform Service Caps in accordance with the attached military specifications. Delivery is required no later than 60 days after award. A sample of this item is requied by the close of this buy., 3500, EA; Option 1 Period of Performance: 02/01/2016 - 01/31/2017 LI 001: Insignias for the United States Military Academy (USMA) United States Corp of Cadets (USCC) Full Dress Hats in accordance with the attached military specifications. Delivery by Monday, 02 May 2016., 1500, EA; LI 002: Insignias for the United States Military Academy (USMA) United States Corp of Cadets (USCC) Uniform Service Caps in accordance with the attached military specifications. Delivery by Monday, 02 May 2016., 3500, EA; Option 2 Period of Performance: 02/01/2017 - 09/30/2017 LI 001: Insignias for the United States Military Academy (USMA) United States Corp of Cadets (USCC) Full Dress Hats in accordance with the attached military specifications. Delivery by Monday, 01 May 2017., 1500, EA; LI 002: Insignias for the United States Military Academy (USMA) United States Corp of Cadets (USCC) Uniform Service Caps in accordance with the attached military specifications. Delivery by Monday, 01 May 2017., 3500, 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 West Point 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 West Point 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, it may do so through the SAM website at https://www.sam.gov. No partial shipments are permitted unless specifically authorized at the time of award. At no cost to the Government, all prospective offerors shall deliver to the Contract Specialist two (2) insignia samples for CLIN 0001 and CLIN 0002 requirements in the base year. All samples shall be received by the Government by the closing date of the solicitation to: Ms. Mitchelle Labady Mission Installation Contracting Command - West Point 681 Hardee Place, 1st floor West Point, NY 10996-1514 If the offeror fails to deliver the requested samples in a timely manner, the Government may consider the seller non-responsive and ineligible for award. The Government may waive the sample requirement where supplies identical or similar to those called for have been previously furnished by the seller and have been accepted by Government. The seller may request a waiver pior to the solicitation closing date. 1. Samples will be retained by the Government for inspection and evaluation in accordance with the specifications. 2. Samples will not be returned to the seller. (a) The Government will award a contract resulting from this solicitation to the lowest priced responsible offeror whose insignia samples meet all the detail specifications provided in the Request for Quote (RFQ). The proposals will be evaluated by two (2) evaluation factors: Technical and Price. (i) Technical Factor: The Government will visually inspect the samples to determine if they meet all of the dimensions and specifications of the Insignia, U.S.M.A., Service Cap, Uniform Deatail Specifications. (ii) Non-technical Factors: Price will be assessed for completeness and reasonableness. An evaluation will be performed on the total proposed price, to include pricing for the base and all option years. The price analysis will be an independent Government review and evaluation of each offeror?s proposed price for completeness and reasonableness. Subfactors to be evaluated include the following. (1)Completeness - To be complete, the offeror must provide all the data that is necessary to support the proposal. The Government will assess the extent to which the price proposal complies with the content and format requirements set forth in this solicitation and exhibits traceability of estimates. (2)Reasonableness - The offeror?s proposed price factors will be evaluated to determine if any are unreasonably high or low in relation to the offeror?s technical and management approaches and in comparison with to the Independent Government Cost Estimate. (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). Thus, the offeror's total price for the purpose of evaluation will include the base period, 1st option, and 2nd option. The selected Offeror must comply with the following terms and conditions, which are incorporated herein by reference: FAR 52.202-1, 52.203-3, 52.203-5, 52.203-6, 52.203-7, 52.203-8, 52.203-10, 52.203-11, 52.203-12, 52.204-3, 52.204-10, 52.207-4, 52.209-2, 52.209-5, 52.209-10, 52.211-5, 52.222-1, 52.217-5, 52.222-3, 52.222-18, 52.222-19, 52.222-20, 52.222-21, 52.222-22, 52.222-25, 52.222-26, 52.222-38, 52.222-50, 52.223-18, 52.225-18, 52.225-20, 52.225-25 and DFARS 252.232-7003. Additionally, the following provisions and clauses are incorporated in full text: FARS 52.203-17, 52.215-1, 52.216-1, 52.217-6, 52.217-9, 52.219-1, 52.222-54, 52.223-11, 52.233-2, 52.232-39, 52.232-40, 52.233-4, 52.252-1, 52.252-2, and DFARS 252.204-7006, 252.204-7007, 252.211-7003, 252.225-7048, 252.232-7006; as well as 5152.233-4000. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2e6f8378364728612e08f404e2dd248c)
 
Place of Performance
Address: West Point, NY 10996
Zip Code: 10996
 
Record
SN03705775-W 20150423/150421234921-2e6f8378364728612e08f404e2dd248c (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.