SOLICITATION NOTICE
99 -- Gym Bags - SOW
- Notice Date
- 2/4/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339920
— Sporting and Athletic Goods Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Wisconsin, 1 Williams Street, Camp Douglas, Wisconsin, 54618-5002
- ZIP Code
- 54618-5002
- Solicitation Number
- W912J217T0005
- Archive Date
- 3/7/2017
- Point of Contact
- Elizabeth M. Taylor-Hart, Phone: 6084277457
- E-Mail Address
-
elizabeth.m.taylorhart.mil@mail.mil
(elizabeth.m.taylorhart.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work- full description of item with embroidery details. The solicitation number is W912J217T0005 and is issued as a request for quote (RFQ). The RFQ will result in a firm fixed price contract. This solicitation is a total set-aside for Small Business. The North American Industry Classification System (NAICS) code for this acquisition is 339920 - Miscellaneous Manufacturing - Sporting and Athletic Goods Manufacturing. The small business size standard is 750. The United States Property and Fiscal Office for the Wisconsin Army National Guard is soliciting quotes to procure the following supply or service contract line items: Contract Line Item Number 0001: Promotional Items/Gym Bags Provide the custom promotional items per the attached Statement of Work (SOW). A description of the requirements for each promotional item is included in the SOW. Delivery should not exceed 90 days after receipt of order. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Submit your quote on company letterhead and include at minimum the following: (1) The solicitation number (2) The name, address, and telephone number of the offeror (3) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, pictures, or other documents, if necessary. (4) Price and discount terms showing a price per each requested promotional item to include any set-up costs and total for each promotional item. Include a quote total. (5) Estimated time for delivery (6) CAGE Code and Tax ID Number Please submit all technical descriptions, catalogs, pictures and details as a separate document. The provision at FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. 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, lowest price technically acceptable. The following factors shall be used to evaluate offers: price and technical capability of the item offered to meet the Government requirement. Offerors must be registered on System for Award Management (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Centers at 866-606-8220. Only contractors who are registered in SAM can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors' proposals shall be valid for a minimum of 30 days to be acknowledged in the offeror's proposal. It is advised for offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The following clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation (DFARS) apply to this acquisition: FAR 52.204-16 Commercial and Government Entity Code Reporting, FAR 52.204-18 Commercial and Government Entity Code Maintenance, FAR 52.204-99 System for Award Management Registration (August 2012) (DEVATION). FAR 52.211-6, (If Applicable) Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. FAR 52.212-3 (ALT 1) Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply., FAR 52.219-6 Notice of Total Small Business Set-Aside, 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 52.222-26 Equal Opportunity, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36, Payment by Third Party, FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.252.-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation (if applicable), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), FAR 52.243-1 Alternate I-- Changes -- Fixed-Price, DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD officials, DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, DFARS, DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials, DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls, DFARS 252.204-7011 Alternative Line Item Structure, DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting, DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support, DFARS 252.211-7003 Item Unique Identification and Valuation, DFARS 252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations, DFARS 252.225-7000 Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable), DFARS 252-225.7001 BAA - Balance of Payments Program (when applicable), DFARS 252.225-7002 Qualifying Country Sources as Subcontractors, DFARS 252.225-7031 Secondary Arab Boycott of Israel, DFARS 252.232-7003 Electronic Submission of Payment Requests (WAWF instructions provided at time of award) All applicable clauses may be accessed electronically in full text through http://farsite/hill.af.mil. Offers are due no later than February 18, 2017 at 12:00PM Central Time and must be submitted electronically to SSG Elizabeth Taylor-Hart via email at Elizabeth.m.taylorhart.mil@mail.mil Questions pertaining to this solicitation must be sent to Elizabeth.m.taylorhart.mil@mail.mil and received no later than 3:00PM Central Time on Thursday, February 10, 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J217T0005/listing.html)
- Place of Performance
- Address: Madison, Wisconsin, 53704, United States
- Zip Code: 53704
- Zip Code: 53704
- Record
- SN04391271-W 20170206/170204233131-14355f11c3414b9374d6f5c2c274b96e (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 |