Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
SOLICITATION NOTICE

99 -- Army Wounded Warrior Promotional Items (AW2)

Notice Date
1/10/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
9410 Jackson Loop, Bldg 1425, Fort Belvoir, VA 22060
 
ZIP Code
22060
 
Solicitation Number
UNAWRD-17-T-1394
 
Response Due
1/18/2017
 
Archive Date
7/17/2017
 
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
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 UNAWRD-17-T-1394 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 2005-93-1. The associated North American Industrial Classification System (NAICS) code for this procurement is 339950 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 2017-01-18 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Arlington, VA 22202 The MICC Fort Belvoir requires the following items, Meet or Exceed, to the following: LI 001: Specifications: Army Wounded Warrior Program Lanyards 3/4 inch wide and approximately 36 inches in length. Text only, no Logo, Camouflage background. Text to read "U.S. Army Wounded Warriors - AW2", 1250, EA; LI 002: Specifications: See attached documents for artwork and logos to be added to the items below. Army Wounded Warrior Program Can Holders 2.40 inches high, 2.13 inches in diameter at the narrowed top and 2.60 inches throughout the rest of the cylindrical can. Camouflage background. AW2 Logo Centered., 1250, EA; LI 003: Specifications: See attached documents for artwork and logos to be added to the items below. Army Wounded Warrior Program Key Chains approximately 2.25 inches, plastic material, Camouflage background, AW2 Logo centered., 1250, EA; LI 004: Specifications: See attached documents for artwork and logos to be added to the items below. Army Wounded Warrior Program Mouse Pads 7 3/8 inch wide and 8 inches in length. Camouflage background with the AW2 Logo in the center., 1250, EA; LI 005: Specifications: See attached documents for artwork and logos to be added to the items below. Army Wounded Warrior Program Note Pads 6 inches wide and 9 inches in length. No background, AW2 Logo centered with an opacity of 10-15%, 1250, EA; LI 006: Specifications: See attached documents for artwork and logos to be added to the items below. Army Wounded Warrior Program Folders 8 inches wide and 11 inches in length. See attached AW2 Folder-Mock-Up PDF file., 1250, 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 Fort Belvoir 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 Fort Belvoir 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. For solicitation with multiple CLINs, each individual CLINs shall be priced and submitted on FEDBID. Pricing for multiple CLINS shall not be lumped into one line item. Doing so will place your quote/proposal in the (not to be considered for award) status. CLINs with $0 dollar shall be identified as NO CHARGE. 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. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL http://cp.mcafee.com/d/2DRPoQrhopuud7b33XVKVJ6XZTT4PhOqen3qdTXLKcTshdETvod79EVusvhdETvK-UOqerzzp2cA2fPUDFVVo5e-wgAxOVJTQ24AendK3zhPpCPX_nVAsOyYMVRXBQSn7e73AS74TemKzp55mUVzBgY-F6lK1FJ4SyrKrKr9PCJhbccqotXO7aOfMTFnTv9YXN-GAfzfHicwEjVmhVJ5dxdcSbwaAq8054055Ph0va1kQg6yw9wMi2Ewc30qbxEQ76yASCYrZwIX This solicitation is being released in FEDBID for competition. In order to submit a quote, you must register, and/or log into FEDBID to submit your quotes in accordance with their guidance. No quotes will be accepted outside of the FEDBID site. Please log onto http://www.fedbid.com to submit your quote. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror shall provide any required, NON-PRICING responses (e.g. technical proposals, representations and certifications, etc.). You may attach documents with your offer when placing a bid. After you begin the bidding process the attachment feature is located on the 2nd page ?Line Items? or you may submit them to clientservices@fedbid.com to supplement your Bid (e.g., in response to a ?Brand name or Equal/Meet or Exceed? Requirement). Failure to provide any required documents prior to the proposal due date and time will deem your offer non-responsive and ineligible for award. All bids are final at the time the buy closes. Basis of award: An award will be made to the lowest price technically acceptable offeror. Evaluation are lowest technically acceptable offer. All communication is made solely through the Contracting Office. Submitted Quotes will be valid for 45 days after the auction closing In addition to providing pricing through the marketplace, Sellers must include certain non-pricing information as document(s) attached to their Bid, so they are received no later than the closing date and time of this Buy. Pricing will not be accepted if it is included in the attachment(s). Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. A Seller's failure to comply with these terms may result in its Bid being determined to be non-responsive. Review and comply with the attached solicitation terms and conditions as stated in the clauses of the solicitation in the attachment. The clauses in the By Terms of FEDBID do not apply to this requirement. All sellers are required to provide pricing as stated through the marketplace of FEDBID. Please do not quote pricing on the attached solicitation. The applicable NAICS code for this procurement is 541890 with the related size standard of $15.0 MIL. The NAICS code identified herein must appear in FAR 52.212-3 "Offeror Representations and Certifications" in SAM and the vendor must be actively registered in that NAICS prior to receipt of quote in order to receive an award. Bidders are reminded that failure to comply shall render their quote as non-responsive The associated North American Industrial Classification System (NAICS) code for this procurement is 541890 with a small business size standard of $15.0 MIL. Wide Area WorkFlow Payment Instructions As prescribed in 232.7004(b), use the following clause: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause?? ??Department of Defense Activity Address Code (DoDAAC)?? is a six position code that uniquely identifies a unit, activity, or organization.??Document type?? means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). ??Local processing office (LPO)?? is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232- 7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall?? (1) Have a designated electronic business point of contact in the System for Award Management at https:// www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the stepby- step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the traininginstructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the ??Web Based Training?? link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/ order: (1) Document type. The Contractor shall use the following document type(s). Note: If a ? ?Combo?? document type is identified but not supportable by the C o n t r a c t o r ?? s b u s i n e s s s y s t e m s, a n ?? I n v o i c e ?? ( s t a n d - a l o n e ) a n d ?? R e c e i v i n g R e p o r t ?? (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements- Representation (DEVIATION 2016-O0003) (OCT 2015) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2016-O0003) (OCT 2015) Representation Regarding Conviction of a Felony The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions ? Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB). AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/605955c66eb6255741a9e2918b42537b)
 
Place of Performance
Address: Arlington, VA 22202
Zip Code: 22202
 
Record
SN04367649-W 20170112/170110234141-605955c66eb6255741a9e2918b42537b (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.