Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2009 FBO #2849
SOLICITATION NOTICE

99 -- Car wrap advertising for Florida National Guard.

Notice Date
9/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
323115 — Digital Printing
 
Contracting Office
USPFO for Florida, 189 Marine Street, St. Augustine, FL 32085-1008
 
ZIP Code
32085-1008
 
Solicitation Number
W911YN09T0036
 
Response Due
9/18/2009
 
Archive Date
11/17/2009
 
Point of Contact
Rhonda Rickards, 9048230550
 
E-Mail Address
USPFO for Florida
(rhonda.rickards@fl.ngb.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. This solicitation is issued as a request for quotation (RFQ). The Government intends to award a Firm-Fixed Price contract resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36 effective August 11, 2009. NAICS 323115 small business size standard is 500 employees. This acquisition is Set Aside 100% for Small Business. If award can not be made to a Small Business, the solicitation will be cancelled and the requirement re-solicited Unrestricted. Description of requirement: Purchase and installation of 34 identical custom designed vehicle wraps for the Florida Army National Guard Recruiting and Retention Force. The make and model of the vehicles to be wrapped are: 2008 Chevy HHR, white in color. These vehicle wraps will be installed on recruiter vehicles and used as mobile marketing tools for the Florida Army National Guard. The design of the vehicle wraps will be 3 color (red, white, and blue) and will need to be custom designed with the contractor. The final design must be approved by the government prior to installation on vehicles. The basic design will be as follows: hood and front wheel wells should have blue flames with white stars in them traveling along the hood towards the windshield, and along both sides of the vehicle. As the blue flames stretch along either side of the vehicle, they should transition into red and white striped flames. Additionally, the rear wheel wells will have red and white striped flames stretching towards the back of the vehicle. Our National Guard Logo will be centered on the hood and also stretched over both doors on either side of the car. Wrap material should be equal to or better than the following: Oracal 3951 RA wrapping vinyl with 10 year outdoor durability, and Oracal Oraguard 293G overlaminate with 8 year durability. Vehicles are currently located throughout the state of Florida see attached location list. Vehicle will be brought to the vendor location based on completion schedule. It is desired to have the vendor location within 250 miles of current locations in the attached list. Turnaround time will be 6 to10 vehicle wraps per week. Federal Acquisition Regulation (FAR) provision at 52.212-1, Instruction to Offerors---Commercial, applies to this acquisition. Award will be made based on the offer of lowest evaluated price that is technically acceptable to the government using evaluation procedures found in FAR part 13, Simplified Acquisition Procedures (SAP). Provision for Evaluation: Award will be made to the competent contractor whose offer represents the Best Value to the Government. To be considered competent, the offeror must produce sufficient evidence to demonstrate the ability to do the required work through past performance information or business literature. In accordance with FAR Subpart 13.106-1, the Government will consider the following for award: 1) price; 2) Past Performance. The offeror must demonstrate in the offer the capability to meet all contract requirements. The Government intends to evaluate quotes and make award without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offerors initial quote should contain the offerors best terms from a cost or price standpoint. Do not assume you will have the opportunity to clarify, discuss or revise your offer. Offerors may, at the discretion of the Government, be asked to provide more information and clarification regarding their offer/quote. Request for such information does not constitute discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Contract Line Item Numbers (CLINs): 0001- Design and Installation of 34 Vehicle Wraps in accordance with the Statement of Work and references. The following clauses and provisions apply to this acquisition: 52.219-6 Notice of Small Business Set-Aside; 52.219-28 Post-Award Small business Program Representation; FAR 52.204-7, Central Contractor Registration; FAR 52.212-1 Instructions to Offerors--Commercial Items; FAR 52.212-3 Offerors Representations and Certifications - Commercial Items ALT I; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; 52.233-3 Protest after award; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with the following applicable clauses in paragraph (b): FAR 52.203-6 Alt. I, Restrictions on Subcontractor Sales to the Government; 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 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.252-1 Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil). (This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as is they were given in full text); FAR 212-2 Evaluation Commercial Items; 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.233-4 Applicable Law for Breach of Contract; 52.252-2 Clauses Incorporated by Reference (This contract incorporates one or more clauses 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/these address(es): (http://farsite.hill.af.mil); DFARS 252.204-7004 Required Central Contractor Registration Alternate A; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes and Executive OrdersCommercial Items, with the following clauses incorporated by reference; FAR 52.203-3, DFARS 252.232-7003, Electronic Submission of Payment Requests (Notice: The Florida Army National Guard is not currently set up for Electronic Submission of Payment Request. The contractor shall follow normal invoicing procedures outlined in FAR 52.212-4. The requirement for Wide Area Workflow [WAWF] may be added during the performance of the contract and instructions for submission of invoices will be provided); DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7002 Requests for Equitable Adjustment; DFARS 252.247-7023, Transportation of Supplies by Sea; Note: The full text of a clause/provision may be accessed electronically at: http://farsite.hill.af.mil. Notice: Contractor performance may be evaluated in accordance with policy at FAR 42.1502. Insurance: In accordance with FAR 28.307-2, the contractor shall be required to comply with applicable Federal and State workers compensation and occupational disease statutes. SCHEDULE OF REQUIRED INSURANCE (i) Workmen's compensation and employer's liability insurance in compliance with applicable state statutes, with a minimum employers liability coverage of $100,000.00. (ii) Comprehensive general liability insurance for bodily injury in the minimum limits of $500,000.00 per occurrence. Property damage in the amount of $100,000.00 per occurrence. (iii) Comprehensive automobile insurance covering the operation of all automobiles used in connection with the performance of the contract in the minimum limits of $200,000.00 per person and $500,000.00 per accident for bodily injury and $20,000.00 per accident for property damage. FAR 52.233-2, Service of Protest: Protest to the independent review authority shall be filed with either the Office of the Chief Council or the Contracting Officer: Office of Chief Counsel ATTN: NGB Protest Decision Authority 1411 Jefferson Davis Highway Jefferson Plaza 1; Suite 11300 Arlington, Virginia 22202-3231 FAX (703) 607-3684 or 3682 OR Protest to the Contracting Officer shall be filed at: Contracting Officers address USPFO for Florida PO Box 1008 Saint Augustine, FL 32085-1008 FAX (904)823-0512 ONLY WRITTEN PROTESTS WILL BE CONSIDERED. NO PROTESTS MAY BE FILED BY ELECTRONIC MAIL. Submittal requirements: Offerors shall submit quotations including information required by the applicable provisions which outline the following: 1. Pricing for CLIN 0001 2. Information demonstrating ability to meet requirements to include reasonably available past performance information that is recent and relevant (see 52.212-1). 3. Quotation/Offer must also include completed representations and certifications in the provisions 52.212-3 Alt. I and 252.212-7000, except that 252.212-7000 need not be filled out if the offeror has completed the pertinent representations and certifications in Online Representation and Certifications Application (ORCA) at www.bpn.gov within the past 12 months Additional Information for Offerors: Offers are due 18 September 2009, 4:00PM Eastern. Oral quotations will not be accepted. Faxed offers must be readable to be considered. Fax offers to (904) 823-0512 attn: Rhonda Rickards. Mail offers to USPFO for Florida, Attn: Rhonda Rickards, PO Box 1008, St. Augustine, FL 32085-1008. Physical address delivery address, 189 Marine St., St. Augustine, FL 32084. Email offers (preferred) to rhonda.rickards@us.army.mil. Any questions shall be addressed in writing to Rhonda Rickards at email rhonda.rickards@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08/W911YN09T0036/listing.html)
 
Place of Performance
Address: USPFO for Florida 189 Marine Street, St. Augustine FL
Zip Code: 32085-1008
 
Record
SN01949786-W 20090912/090911001443-14056a26339f3c0198a8b0cc984a11ac (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.