Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2018 FBO #6173
SOLICITATION NOTICE

T -- Thirty thousand (30,000) MFOM Log book covers - Attachment 1

Notice Date
10/16/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541430 — Graphic Design Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W911N2) LEAD - (SPS), 1 OVERCASH AVE, CHAMBERSBURG, Pennsylvania, 17201-4150, United States
 
ZIP Code
17201-4150
 
Solicitation Number
W25G1R8162007X
 
Archive Date
11/22/2018
 
Point of Contact
Kevin Duffy, Phone: 7172678938
 
E-Mail Address
kevin.a.duffy4.civ@mail.mil
(kevin.a.duffy4.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment II Art Work Attachment I Description This is 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 constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is W25G1R8162007X and this is a Request for Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. This requirement is unrestricted. The anticipated award will be a Firm Fixed Price Purchase Order. The award will be made based on the lowest price, technically acceptable offer. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Regulation. The North American Industry Classification System (NAICS) code is. 541430. The SB size standard for this code is 7.5 Million. 0001. Thirty thousand (30,000) MFOM Log book covers IAW the requirements in Attachment 1 and Attachment II. 0002, First Article Testing (FAT): A First Article Test will be required for the first log book cover. A standard commercial warranty shall be furnished with each separate unit thereafter. All equipment must be new. All items shall be delivered FOB Destination to Letterkenny Army Depot, Chambersburg, PA 17201. The following FAR provisions and clauses are applicable to this solicitation and may be obtained via internet at http://farsite.hill.af.mil Provision at FAR 52.212-1, Instruction to Offerors--Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE Code, DUNS number, Tax ID Number (TIN) and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Contractors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications --Commercial Item or complete electronic annual representations and certifications at https://www.sam.gov/portal/public/SAM/. FAR 52.204-7 System for Award Management FAR 52.204-13 System for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.209-2, Prohibition on Contracting With inverted Domestic Corporations.Representation FAR 52.209-4, First Article Approval FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1, Instructions to Offerors, Commercial Items FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) FAR 52.219-28 Post-Award Small Business Program Representation 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 52.222-22 Previous Contract and Compliance Reports FAR 52.222-25 Affirmative Action Compliance FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-1 Buy American Act-Supplies FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-23 Assignment of Claims FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments for Small Business Subcontractors FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.247-34 F.o.b. Destination FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference FAR 52.252-5 Authorized Deviations in Provisions FAR 52.252-6 Authorized Deviations in Clauses DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A, system for Award Management DFARS 252.203-7005 Representation Relation to Compensation of Former DoD Officials DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.247-7023 Transportation of Supplies by Sea FAR 52.212-2 Evaluation - Commercial Item. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award shall be made to the lowest price technically acceptable offer. Technical acceptability shall be based on meeting the specification standards. Contractors quoting on an equal product must submit sufficient descriptive literature the show the product meets the minimum specifications. Failure to submit supporting documentation on an equal product being offered will render the quote non-responsive and it will no longer be considered for this procurement. Point of Contact: Contract Specialist: Kevin Duffy; Phone: (717) 267-8938, FAX: (717) 267-9834, e-mail: kevin.a.duffy4.civ@mail.mil. Contracting Officer: David Williams; Phone (717) 267-8925. IMPORTANT NOTICES: 1) RFQ submission must be in accordance with the solicitation; 2) All Amendments, if applicable, must be acknowledged; 3) Questions concerning this notice must be submitted to the Points of contact as indicated in this announcement. 4) Contractors are required to be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) to be eligible for award. 5) Quotes must be valid for a period of 60 days. (a) The Contractor shall deliver 1 unit of Lot/Item 0002 within 60 calendar days from the date of this contract to the Government at Letterkenny Munitions Center, ATTN: Monica Dean, BLDG 3315, 1 Overcash Ave, Chambersburg, PA 17201 for first article tests. The shipping documentation shall contain this contract number and the Lot/Item identification. The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contract. (b) Within 30 calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. (c) If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall furnish any additional first articles to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this first article within the time limit specified in paragraph (b) of this clause. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (d) If the Contractor fails to deliver any first article on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract. (e) Unless otherwise provided in the contract, the Contractor--(1) May deliver the approved first article as a part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing; and (2) Shall remove and dispose of any first article from the Government test facility at the Contractor's expense. (f) If the Government does not act within the time specified in paragraphs (b) or (c) of this clause, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (g) The Contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the first article during any first article test. (h) Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. (i) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the Offeror/Contractor and have been accepted by the Government. The Offeror/Contractor mayrequest a waiver. Response Time- Request for Quotation will be accepted at the Letterkenny Army Depot, 1 Overcash Ave, ACC-Redstone-LEAD, Bldg 2S, Chambersburg, PA 17201 not later than 10:00 A.M. Eastern Daylight Time on 07 November 2018. All quotes must be marked with RFQ number and title. The government plans to use the Internet and e-mail as the primary means of disseminating and exchanging information. Hard copies of documents posted on FBO will not be made available. Attachment(s): 1 -Description and Attachment II
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9306c6171c37258b4e60dff7cb551c12)
 
Place of Performance
Address: One Overcash Avenue, Chambersburg, Pennsylvania, 17201, United States
Zip Code: 17201
 
Record
SN05125907-W 20181018/181016230603-9306c6171c37258b4e60dff7cb551c12 (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.