Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
SOLICITATION NOTICE

84 -- Rockwell Watches for Recruiting Program - Sole Source J&A

Notice Date
5/18/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339910 — Jewelry and Silverware Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Utah, PO Box 2000, Draper, Utah, 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W90QUW70790100
 
Point of Contact
Otha B Henderson, Phone: 8014324093
 
E-Mail Address
otha.b.henderson.mil@mail.mil
(otha.b.henderson.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Sole Source J&A 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 in this notice. The solicitation number is W90QUW70790100 and is issued as a request for quote. The associated North American Industrial Classification System (NAICS) code for this procurement is 339910 and the small business size standard is 500 employees. This requirement will being solicited as a small business set-aside. The Utah Army National Guard Purchasing and Contracting office is filling a requirement for Rockwell watches (sole source justification is attached). The requirement is as follows: 160 each, Coliseum - MultiCam Black; 10 each Women's Coliseum - MultiCam Black; 70 each, Coliseum - Krytek Typhon. 240 watches total. Watches will requirement customization of the graphics as per the attached specifications example. This is a brand name and model sole source, and is specified and authorized by a National Guard Bueau's exception to policy for commercial item purchase, for the Recruiting and Retention Battalion. Should interested vendors have an alternate product they feel is equivalent to or exceeds the specified product they may submit a quote but must provide full specifications and include photos delivery time ARO. This award will be made based on best value to the government with price being a primary consideration. This requirement is time sensitive to meet NGB program guidelines; therefor, delivery time will be considered equally important. Interested vendors may submit questions to otha.b.henderson.mil@mail.mil. Questions must be submitted in sufficient time to respond prior to the closing date and time of this solicitation. Late question will not be an acceptable reason to justify extending the due date of this solicitation. Quote must be sent to otha.b.henderson.mil@mail.mil and must be received by the closing date and time of this notification. All responding to this solicitation must be registered in SAM and be in good standing and meet all necessary prerequisites to do business with the government. Companies responding must comply with the following commercial item terms and conditions: FAR 52.252-1, FAR 52.212-1, FAR 52.212-3, and FAR 52.211-6. The following clauses and provisions also apply to this solicitation: FAR 52.212-4 Contract Terms and Conditions Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items FAR 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management FAR 52.233-4 Applicable Law for Breach of Contract Claim DFARS 252.204-7004 Alternate A System for Award Management DFARS 252.211-7003 Item Identification and Valuation DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7010 Levies on Contract Payments DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001 Buy American Act and Balance of Payment Program DFARS 252.225-7036 Buy American Act - Free Trade Agreements Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.247-7023 Primary and Alt III, Transportation of Supplies by Sea Wide Area Workflow: iRAPT (WAWF) is the method of electronically submitting and processing invoice and payments. Firms responding must be registered to invoice through iRAPT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W90QUW70790100/listing.html)
 
Place of Performance
Address: 12953 South Minuteman Drive, Draper, Utah, 84020, United States
Zip Code: 84020
 
Record
SN04513644-W 20170520/170518235251-5e6cf0722d9d9f2266ad6737ceb7b405 (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.