Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 02, 2017 FBO #5670
MODIFICATION

95 -- Statewide Coin Procurement

Notice Date
5/31/2017
 
Notice Type
Modification/Amendment
 
NAICS
339910 — Jewelry and Silverware Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Virginia, Building 316, Fort Pickett, Blackstone, Virginia, 23824-6316
 
ZIP Code
23824-6316
 
Solicitation Number
W912LQ-17-T-0022
 
Archive Date
10/1/2017
 
Point of Contact
Rebecca Fowler,
 
E-Mail Address
rebecca.l.fowler6.civ@mail.mil
(rebecca.l.fowler6.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This solicitation is being issued as a combined synopsis/solicitation for commercial items, prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement and corresponding attachments constitute the only solicitation; quotes are being requested and a separate solicitation will not be issued. Solicitation W912LQ-17-T-0022 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, effective 19 Jan 2017. This procurement is being issued as a Small Business Set Aside (SBSA) under NAICS code 339910 with a small business size standard of 500 employees. The Virginia Army National Guard (VAARNG) intends to award a firm fixed price contract for Commander's Coins of various units located throughout the Commonwealth of Virginia. Specifications for each coin are provided in the attached document. Basis for Award: Award will be made to the vendor whose quote is determined to offer the best value to the government considering price, customer service and past performance. Multiple awards will not be made. In order to evaluate customer service, interested vendors shall submit no more than one 8.5 inch x 11 inch page detailing how the requirement will be met to the satisfaction of the customer. The detail shall include information related to the type of proofs to be provided, if there are costs associated or restrictions on the number of proofs per coin, the amount of time required to produce the proof, the production and delivery time after a proof is approved and any specific file formats the government must provide in order for the proof to be produced. In order to evaluate past performance, interested vendors shall submit a list of no more than five (5) references for similar products provided in the last twelve (12) months. Customer satisfaction and past performance are equal, but when combined are more important than price. In order to be considered for award, vendors must have an active registration in the System for Award Management (SAM) database at www.sam.gov. The specifications included as an attachment to this notice, or any subsequent amendments, will be made a part of any resulting award. Interested vendors shall provide firm fixed prices (FFP) for the contract line item numbers (CLINs) annotated below. All coins will be shipped to zip code 23824. A complete shipping address will be provided at time of award. Each = Coin 0001 - 116th Infantry Brigade 150 each $________ each 0002 - 229th Brigade Engineer Battalion 125 each $_______ each 0003 - 2-183rd Cavalry 125 each $_______ each 0004 - 3-116th Infantry Battalion 125 each $_______ each 0005 - 429th Brigade Support Battalion 125 each $_______ each 0006 - 329th Regional Support Group 150 each $_______ each 0007 - 529th Combat Sustainment Support Battalion 125 each $_______ each 0008 - 276th Engineer Battalion 125 each $_______ each 0009 - 183rd Regional Training Institute 150 each $_______ each 0010 - 1st BN (IN) 183rd RTI 125 each $_______ each 0011 - 183rd RTI 2nd BN 125 each $_______ each 0012 - 3rd BN (GS) 183rd RTI 125 each $_______ each 0013 - Maneuver Training Center 150 each $_______ each 0014 - R&R Battalion 125 each $_______ each 0015 - MEDCOM 150 each $_______ each 0016 - 91st Cyber Brigade 150 each $_______ each 0017 - 123 Data Processing Unit 125 each $_______ each 0018 - 2-224th AVN 125 each $_______ each 0019 - State CSM 110 each $_______ each 0020 - Assistant Adjutant General - Army 150 each $_______ each 0021 - DCG - 29th ID 110 each $_______ each 0022 - Shipping Charge to Zip Code 23824 21 each $_______ each All questions shall be submitted in writing and received prior to 4:00 p.m. ET, May 24, 2017. Questions should be sent via email to rebecca.l.fowler6.civ@mail.mil. Quotes are due not later than the time and date specified on the Federal Business Opportunities (FBO) website, www.fbo.gov. Email quotes to rebecca.l.fowler6.civ@mail.mil. Submission Requirements: Prospective vendors must submit the following information with their quote package. Failure to submit one or more of the required documents may render the submission unresponsive. 1 - Document regarding customer satisfaction (see section above regarding basis for award) 2 - Past Performance (see section above regarding basis for award) 3 - Price 4 - Completed copies of representations and certifications (see attachment) The following provisions are incorporated in this solicitation by reference: FAR 52.204-7, System for Award Management; FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.212-1, Instructions to Offerors - Commercial (Amended to delete paragraphs (d) Product Samples, and (h) Multiple Awards; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations; DFARS 252.225-7031, Secondary Arab Boycott of Israel The following clauses are incorporated in this solicitation by reference: FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-18, Commercial and Government Entity Code Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004, Alternate A, System for Award Management; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.225-7001, Buy American and Balance of Payments Program - Basic; DFARS 252.225-7012, Preference For Certain Domestic Commodities; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are incorporated in this solicitation by full text. The full text is found in the attachment to this announcement. FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain International Confidentiality Agreements or Statements - Representation; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items Alternate I (must be returned with quote); FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions; DFARS 252.247-7022, Representation of Extent of Transportation by Sea (must be returned with quote) The following clauses are incorporated by full text. The full text is found in the attachment to this announcement. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation 2013-O0019); FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.211-7003, Item Unique Identification and Valuation; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44/W912LQ-17-T-0022/listing.html)
 
Place of Performance
Address: To be provided at time of award, Blackstone, Virginia, 23824, United States
Zip Code: 23824
 
Record
SN04527392-W 20170602/170531235603-22e57c1aadc2200a0d5baf15e8fe7e90 (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.