Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 15, 2016 FBO #5501
MODIFICATION

75 -- Office Supplies - Supply List

Notice Date
12/13/2016
 
Notice Type
Modification/Amendment
 
NAICS
339940 — Office Supplies (except Paper) Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 164 AW/LGC, 4593 SWINNEA ROAD, MEMPHIS, Tennessee, 38118-7101, United States
 
ZIP Code
38118-7101
 
Solicitation Number
W912L7-17-Q-1002
 
Archive Date
1/31/2017
 
Point of Contact
STACY M. POLLOCK, Phone: 9012917108, Christopher Rhyne,
 
E-Mail Address
STACY.M.POLLOCK.MIL@MAIL.MIL, usaf.tn.164-aw.mbx.msc@mail.mil
(STACY.M.POLLOCK.MIL@MAIL.MIL, usaf.tn.164-aw.mbx.msc@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Supply List I) 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (II) Solicitation W912L7-17-Q-1002 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-69. (IV) This acquisition is unrestricted for Ability One vendors only in accordance with FAR 8.704 (a) and 41 U.S.C. chapter 85 Procurement Requirements for the Federal Government. The associated NAICS code for this acquisition is 339940, small business size standard is 750 employees. (V) COMMERCIAL ITEM DESCRIPTION: The 164 th Airlift Wing, Air National Guard, has a need for the establishment of a Blanket Purchase Agreement (BPA) with Ability One vendors on an as needed basis for supplies referenced in attachment. A BPA is a simplified method of filling anticipated needs for supplies and is designed to reduce administrative costs by eliminating the need for issuing individual purchase orders. The BPA identifies the individuals designated to place orders. The 164th intends to award multiple Blanket Purchase Agreements (BPAs) from this combined synopsis/solicitation. Use of multiple BPA's will be on a rotation basis. As needed, these supplies will be acquired by placing calls against a BPA. The Contractor is responsible for providing miscellaneous office supplies under each BPA. Each BPA shall be valid for a period of five years or when the total dollar amount of all calls issued under the BPA reaches the BPA maximum dollar amount set at time agreement is established (maximum amount established will be the same on all agreements). Offerors shall submit a product and price list. Subsequently, vendor will provide pricing for all five years. CLIN 0001- Miscellaneous Office Supplies (per product list from offerors) (VII) Place of Delivery: 164 th Airlift Wing, 4593 Swinnea Rd, Memphis, Tennessee, 38118-7108 (VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial Items. (IX) The FAR provision 52.212-2, Evaluation -- 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, price and other factors considered. Factors that shall be used to evaluate offers are: Vendors should provide adequate details in their quote to include pricing on this solicitation. The Government will award the BPA(s) resulting from this solicitation to the responsible vendor(s) whose offer conforms to this solicitation and is the most advantageous to the Government. The contracting officer will award to the offeror whose offer represents best overall value to the Government. The Government intends to evaluate offers and make 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. Additionally, your company must be registered in the System for Award Management (SAM) System as well as registered and have completed the online Reps and Certs at the following website: https://www.sam.gov. (X) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items. Offerors shall include a completed copy as part of their quote. A copy of the Offerors Representations and Certifications may be obtained from (http://farsite.hill.af.mil). However, vendor must complete the Reps and Certs as stated in section (IX) above at https://www.sam.gov. (XI) 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. (XII) 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 applicable, will be incorporated into the solicitation and the resulting contract. (XIII) The following clauses are incorporated by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this website http://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; 52.215-5, Facsimile Proposals; 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; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Test Messaging While Driving: 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certification; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; 52.232-39, Unenforceability of Unauthorized Obligations; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.237-3, Continuity of Services; 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; 252.203-70005, Representation Relating to Compensation of Former DoD Officials; 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management; 252.204-7006, Billing Instructions; 252.225-7048, Export-Controlled Items; 252.232-7003, Electronic Submission of Payment requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.243-70001, 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 20 December 2016 at 1:00 p.m EST. 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 ). (XIV) N/A. (XV) Quotes will be due to the 164 th AW/MSC 4593 Swinnea Rd, Memphis, Tennessee, 38118-7108, by 27 December at 9 :00 a.m. EST. Email quotes will be accepted at usaf.tn.164-aw.mbx.msc@mail.mil. (XVI) Point of Contact is TSgt Stacy Pollock, 901-291-7108, usaf.tn.164-aw.mbx.msc@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40-2/W912L7-17-Q-1002/listing.html)
 
Place of Performance
Address: 164th AW/MSC 4593 Swinnea Rd, Memphis, Tennessee, 38118, United States
Zip Code: 38118
 
Record
SN04350407-W 20161215/161213234645-8542e5475a50750cdc48c7bf6e98ff2a (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.