Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
MODIFICATION

84 -- Promotional Clothing/Apparel

Notice Date
2/11/2016
 
Notice Type
Modification/Amendment
 
NAICS
323113 — Commercial Screen Printing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Wisconsin, 1 Williams Street, Camp Douglas, Wisconsin, 54618-5002
 
ZIP Code
54618-5002
 
Solicitation Number
W912J2-16-T-0001
 
Archive Date
3/3/2016
 
Point of Contact
Curtis.P.Clements, Phone: 6084277209
 
E-Mail Address
curtis.p.clements.mil@mail.mil
(curtis.p.clements.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for supplies 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. The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 05-76 and the Defense Federal Acquisition. Regulation Supplement (DFARS) change notice 20120522. It is the contractor's responsibility to become familiar with applicable clauses and provisions. Information concerning FAR clauses can be obtained at http//farsite.hill.af.mil. The associated North American Industrial Classification System (NAICS) code for this procurement is 323113 with a size standard of 500 employees. This requirement is set aside for Total Small Business IAW FAR Part 19 and only qualified offerors may submit bids. Quotation Submission Deadline: Submissions will only be accepted in electronic form to Curtis Clements, Contract Specialist at email curtis.p.clements.mil@mail.mil by February 17, 2016 NLT 11:30 AM CST. The subject line of the email must contain the solicitation number and the "Embroidered and Printed Apparel" description. Any responses received after the closing times and dates listed above will not be considered. THIS REQUIREMENT IS FOR: EMBROIDERED AND PRINTED APPAREL -Offerors must submit specifications and descriptions of items and ensure they meet the requirements set forth in Attachment 1 - SOW -Offerors must submit Attachment 2 - Price Schedule (Fill in unit price - form will auto calculate total) CATEGORY: PSC 84 - CLOTHING, INDIVIDUAL EQUIPMENT, AND INSIGNIA SUB CATEGORY: PSC 8415 - CLOTHING, SPECIAL PURPOSE NAICS: 323113 - COMMERCIAL SCREEN PRINTING 100% TOTAL SMALL BUSINESS SET ASIDE VENDOR MUST QUOTE ALL OR NOTHING. NO QUESTIONS BY TELEPHONE AS EVERYTHING MUST BE IN WRITING (EMAIL). Questions must be submitted via email to curtis.p.clements.mil@mail.mil no later than February 4, 2016 2:00PM CST. No telephone inquiries will be accepted. EXTENDED DESCRIPTION: This contract will be awarded as a Firm Fixed Price Contract. Shipping: FOB Destination to: HQ, RRB 1420 Wright St Madison, WI 53704 Equipment Condition: New equipment only, NO remanufactured or gray market items. All items must be covered by the manufacturer's warranty. Vendor must submit specifications ALL items being quoted. to include a picture of the quoted item for the government to use as a reference. See attached Item Requirements for additional details. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the System for Award Management (SAM) at http://www.sam.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-99. System for Award Management Registration. FAR 52.211-6, (If Applicable) Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, lowest price of all item quote mark all or none quote mark. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.222-44 Fair Labor Standards act and Service Contract Act-Price adjustment; FAR 52.222-54 Employment Eligibility Verification: FAR 52.228-5 Insurance-Work on a government Installation; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities), FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation (if applicable) FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, FAR 52.237-7, Indemnification and Medical Liability Insurance, Restrictions on Certain Foreign Purchases (Applicable only for medical contracts), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable) DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J2-16-T-0001/listing.html)
 
Place of Performance
Address: HQ, RRB, 1420 Wright St, Madison, Wisconsin, 53704, United States
Zip Code: 53704
 
Record
SN04017985-W 20160213/160211234543-b4b12e22e6d8ef41080c94d509267caa (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  © 1994-2020, Loren Data Corp.