Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2015 FBO #5049
MODIFICATION

99 -- RRB Promotional Items

Notice Date
9/18/2015
 
Notice Type
Modification/Amendment
 
Contracting Office
71017 Militarty Circle, Jefferson City, MO 65101
 
ZIP Code
65101
 
Solicitation Number
W912NS-15-R-2007
 
Response Due
9/15/2015
 
Archive Date
3/13/2016
 
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
HUBZone
 
Description
CANCELLATION 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 W912NS-15-R-2007 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 2005-84. The associated North American Industrial Classification System (NAICS) code for this procurement is 323113 with a small business size standard of 500.00 employees.This requirement is a [ Total HUB-Zone ] 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 2015-09-15 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Jefferson City, MO 65109 The National Guard - Missouri requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: KOOZIES-SEE Attached Solicitation.** Quantity: 7,000**, 1, LOT; LI 002: GOLF BALL CAPS-SEE Attached Solicitation**Quantity:3,600**, 1, LOT; LI 003: AMERICAN FLAG KHAKI BALL CAPS-SEE Attached Solicitation **Quantity:3,600**, 1, LOT; LI 004: T-SHIRTS-SEE Attached Solicitation **Quantity:50,000**, 1, LOT; LI 005: SKULL CAP-SEE Attached Solicitation **Quantity:3,150**, 1, LOT; LI 006: GUARD CHALLENGE T-SHIRTS-SEE Attached Solicitation **Quantity: 5,000**, 1, LOT; LI 007: CERAMIC COFFEE MUGS-SEE Attached Solicitation **Quantity: 7,200**, 1, LOT; LI 008: WATER BOTTLE-SEE Attached Solicitation **Quantity: 10,000**, 1, LOT; LI 009: STADIUM SEAT CUSHIONS-SEE Attached Solicitation **Quantity: 6,300**, 1, LOT; LI 010: CANDY JARS-SEE Attached Solicitation **Quantity: 800**, 1, LOT; LI 011: 1 DOZEN GOLF BALLS-SEE Attached Solicitation **Quantity: 300**, 1, LOT; LI 012: PENS-SEE Attached Solicitation **Quantity: 70,000**, 1, LOT; LI 013: PENCILS-SEE Attached Solicitation **Quantity: 70,000**, 1, LOT; LI 014: BBQ TOOL SET-SEE Attached Solicitation **Quantity: 300**, 1, LOT; LI 015: COOLERS-SEE Attached Solicitation **Quantity: 300**, 1, LOT; LI 016: CINCH BAGS-SEE Attached Solicitation **Quantity: 7,000**, 1, LOT; LI 017: ACU TACTICAL BACK PACKS-CINCH BAGS-SEE Attached Solicitation **Quantity: 1,200**, 1, LOT; LI 018: KNIVES-SEE Attached Solicitation **Quantity: 300**, 1, LOT; LI 019: SOFTBALLS-SEE Attached Solicitation **Quantity: 2,000**, 1, LOT; LI 020: TRAVEL MUGS-SEE Attached Solicitation **Quantity: 2,000**, 1, LOT; 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, National Guard - Missouri 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. National Guard - Missouri 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. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 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 the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. CLAUSES INCORPORATED BY REFERENCE 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I OCT 1995 52.203-12 Limitation On Payments To Influence Certain Federal Transactions OCT 2010 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights APR 2014 52.204-16 Commercial and Government Entity Code Reporting JUL 2015 52.204-18 Commercial and Government Entity Code Maintenance JUL 2015 52.209-4 First Article Approval--Government Testing SEP 1989 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters JUL 2013 52.212-1 Instructions to Offerors--Commercial Items APR 2014 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2015 52.219-8 Utilization of Small Business Concerns OCT 2014 52.222-50 Combating Trafficking in Persons MAR 2015 52.229-3 Federal, State And Local Taxes FEB 2013 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.203-7998 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements?Representation. (DEVIATION 2015-O0010) FEB 2015 252.203-7999 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2015-O0010) FEB 2015 252.204-7011 Alternative Line Item Structure SEP 2011 252.204-7012 Safeguarding of Unclassified Controlled Technical Information NOV 2013 252.204-7015 Disclosure of Information to Litigation Support Contractors FEB 2014 252.215-7008 Only One Offer OCT 2013 252.222-7007 Representation Regarding Combating Trafficking in Persons JAN 2015 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7012 Preference For Certain Domestic Commodities FEB 2013 252.225-7031 Secondary Arab Boycott Of Israel JUN 2005 252.225-7048 Export-Controlled Items JUN 2013 252.226-7001 Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns SEP 2004 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.247-7023 Transportation of Supplies by Sea APR 2014 SECTION M Evaluation Criteria/Basis of Award: Award will be made to the responsible contractor (see FAR Part 9) whose proposal meets the technical requirements and represents the best value on an ?all or nothing? basis. In accordance with FAR Subpart 13.106-1, the Government will consider the following for award in no particular order: Price; Technical acceptability. In order to be deemed technically acceptable, the contractor must provide evidence of understanding of the requirement through either a written proposal that fully addresses all Statement of Work requirements and thouroughly demonstrated Past Performance on recent and relevant contracts with same or similar scope. The written proposal must include electronic examples of finished products with pictures to ensure all deliverable are met. The offeror shall provide references for similar services performed, to include contract number (if Federal), and point of contact information. The Government intends to evaluate proposals and make award without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the Offeror?s initial proposal should contain the Offeror?s best terms for a cost and price standpoint. Do not assume you will have the opportunity to clarify, discuss or revise your proposal. Offerors may, at the discretion of the Government, be asked to provide more information and clarification regarding their proposal. Request for such information does not constitute discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government intends to make a single, Firm-Fixed Price Award. SECTION L Submission: The preferred submission of an Offeror?s proposal is electronic submission by email to justn.p.wise2.mil@mail.mil All emails shall place in the subject of the email: ?15-R-2007-RRB Promotional Items? and will place ?Question? or ?Proposal? depending on whether the contractor is asking a question or submitting their final proposal. EXAMPLE Subject: ?15-R-7002- RRB - Question? or ?15-R-7002- RRB - Proposal?. Hand carried proposals may be delivered to USPFO for Missouri, Purchasing & Contracting Division, ATTN: CPT Paul Caldwell; 7101 Military Circle, Jefferson City, MO 65101 prior to the end of the solicitation. Offerors shall submit their proposal on letterhead stationery, price each CLIN as FFP with grand total, CAGE Code, business size and designations, and the contractor must remit a completed copy of the Offeror Representations and Certifications ? Commercial Items (FAR Clause 52.212-3). An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. Part (b) states: 1)Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website. 2)The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. The government will not accept incomplete proposals. The Contracting Officer is not responsible for locating or obtaining any information not identified in the proposal. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable and have adequate past performance, and in compliance with all directions in this solicitation, the Government will award to the offeror with the best overall value. Question Submission Deadline. Interested Offerors must submit any questions concerning the solicitation at the earliest time possible but no later than NLT 1000 10SEP2015 (CST) to enable the Government time to respond in a FBO posting for fair opportunity to all interested parties. Questions received after this date and time will only be considered if it is determined by the Contracting Officer to be in the best interest of the Government. Response. Offers must be received NLT 1300 CST 15SEP2015. Proposals can be emailed justin.p.wise2.mil@mail.mil Offers received after this date and time will be considered as late submissions in accordance with FAR Clause 52.212-1(f) ? Instructions to Offerors ? Commercial Items, and will not be evaluated or considered. Please refer any questions to the above at justin.p.wise2.mil@mail.mil Contracting Office Address: 7101 Military Circle Jefferson City, Missouri 65101 United States Primary Point of Contact: CPT Justin Wise 573-638-9575 Justin.p.wise2.mil@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4387226ca542646baa621c2cb87954fa)
 
Place of Performance
Address: Jefferson City, MO 65109
Zip Code: 65109
 
Record
SN03893570-W 20150920/150918235457-4387226ca542646baa621c2cb87954fa (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.