Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2016 FBO #5291
SOLICITATION NOTICE

84 -- T-Shirts With Imprints and Logos - Package #1

Notice Date
5/17/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315990 — Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Nebraska, 1234 Military Road, Lincoln, Nebraska, 68508-1092
 
ZIP Code
68508-1092
 
Solicitation Number
W91243-16-Q-L030
 
Point of Contact
Sandra K. Leach, Phone: 4023098274
 
E-Mail Address
sandra.k.leach4.civ@mail.mil
(sandra.k.leach4.civ@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
ROTC Officer Warrant Officer Leadership T-Shirts Size and Color Breakdown (l) 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 inclided in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ll) Solicitation W91243-16-Q-L030 is being issued as a Request for Quote. (lll) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 05-87-2 dated 6 April 2016. (lV) This acquisition is being set-aside for Service Disabled Veteran Owned Small Business. The associated NAICS code for this acquisition is 315990, small business size standard is 500 employees. (V) The Buy American Act 25.100 (b) (1) (2) is applicable to this. Both the seller and the manufacturer of the T-Shirts shall be US Owned. (VI) Commercial Items Description. There will be 18 CLINS attached to this request. There will also be an attachment with a breakdown of the quantities per size and colors that are needed. Pricing shall include delivery to Lincoln, NE 68524 Artwork for the T-Shirts will also be attachments. (VII) Contractor shall provide all materials, equipment, and labor necessary to complete requirements as specified in CLIN description. (VIII) Place of Delivery: SRRO, USPFO-NE Supply Center, Lincoln, NE 68524. FOB POINT IS DESTINATION. (lX) The following provisions and their latest editions apply to this solicitation: FAR 52.212-1, Instructions of Offerors, Commercial Items (X) The FAR privision 52.212-2 - Commercial Items, also applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government. Factors will be lowest priced that meets the "Best Value" to the Government. The Government intends to evaluate offers and make the award without discussions. However the Government reserves the right to hold discussions if it is in the best interest of the Government to do so. Quotes must provide information on price, delivery, Tax ID Number, Cage Code, and DUNS Number. Additional your company shall have an active registration in SAM ( www.sam.gov ). (Xl) FAR 52,212-3 (Alt 1) Offerors Representations and Certifications - Commercial Items. Offerors shall include a completed copy as part of the quote. A copy of the Offerors Representations and Certifications may be obtained frmo ( http://farsite.hill.af.mil ). However vendor must complete the Reps and Certs as stated in section (X) above at www.gov.gov. (Xll) FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004, Alt A, System for Award Management. (Xlll) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicablt, will be incorporated into the solicitation and resulting contract. (XlV) The following clauses are incorporated by reference with the same force and effect as if they were given in full text. Upon requeset, the Contracting Officer will make their full text available. Also the full text of the clause may be accessed electronically at this website https://farsite.hill.af.mil. 52.204-7, System for Award Management; 52.204-10, Reporting Executive Compensations and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting With Contactors Debarred, Suspended, or Proposed for Debarment; 52.211-6, Brand Name or Equal; 52.215-5, Facsimile Proposals; 52.217-4, Evaluation of Options Exercised at Time of Contract Award; 52.219-1, Alt I, Small Business Program Representations; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-25, Affirmative Action Compliance; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Test Messaging While Driving: 52.225-13, Restriction on Certain Foreign Purchases; 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certification; 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; 52.232-39, Unenforceability of Unauthorized Obligations; 52.233-1, Disputes; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions and Contract Clauses (http://farsite.hill.af.mil); 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil); 52.253-1, Computer Generated Forms 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management; 252.204-7006, Billing Instructions; 252.225-7036 Buy American-Free Trade Agreements--Balance of Payments Program; 252.225-7048, Export-Controlled Items; 252.232-7003, Electronic Submission of Payment requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the FedBizOps (https://www.fbo.gov) web site. They will be contained in a document titled "Questions and Answers". Offerors are requested to submit questions to the email address noted below not later than 26 May 2016. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (https://www.sam.gov ). (XV) Quotes will be due to no later than 11:00 AM CDT, Wednesday, 1 June 2016. E-Mail quotes will be accepted at sandra.k.leach4.civ@mail.mil. (XVl) Point of Contact is Sandra Leach (402)309-8274 or sandra.k.leach4.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA25/W91243-16-Q-L030/listing.html)
 
Place of Performance
Address: USPFO for Nebraska, 2433 NW 24th Street, Lincoln, Nebraska, 68524, United States
Zip Code: 68524
 
Record
SN04119199-W 20160519/160517234554-960cb6c32b0c5d70e315cfd25ab50718 (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.