SOLICITATION NOTICE
99 -- Giveaway items with imprint - W912LQ-17-Q-0021
- Notice Date
- 6/22/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 323113
— Commercial Screen Printing
- 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-Q-0021
- Archive Date
- 7/22/2017
- Point of Contact
- Susan Swanson, Phone: 4342986293, Rebecca Fowler, Phone: 4342986206
- E-Mail Address
-
susan.e.swanson5.civ@mail.mil, rebecca.l.fowler6.civ@mail.mil
(susan.e.swanson5.civ@mail.mil, rebecca.l.fowler6.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Contract Line items for reference Contract Line items with Descriptions and Quantities Provisions and Clauses applicable to solicitation 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 constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation W912LQ-17-Q-0021 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 323113 with a small business size standard of 500 employees. I. The Virginia National Guard intends to purchase promotional give-away items for several customers. A listing of the items with a brief description and required quantities is below. Unit prices shall include all associated set up, proof and delivery charges for FOB destination to zip code 23824. II. Award will be made based on a Best Value determination. Best value will be based on the technical factors of quality/craftsmanship and delivery leadtime. The government has sole discretion in determining whether the item meets the minimum quality requirement. a. In accordance with Clause 52.212-2, Evaluation - Commercial Items, the below criteria will be evaluated: i. Technical - Quality/craftsmanship, lead time for delivery/production lead time ii. Price (complete under "Product Description" of this attachment) iii. Past Performance - include references of three similar projects providing comparable items within the past 12 months, preferably government customers b. To be determined technically acceptable, offerors must: i. Quote only MADE IN THE USA products (see BAA compliance section) and meet or exceed the salient characteristics of each item. ii. For purposes of evaluating technical, interested vendors shall submit the specification and description of the quoted items that are not samples. III. The government intends to award a firm fixed price contract. However, multiple awards may be made if determined to be in the best interest of the government. For evaluation purposes only, a fee of $500 per award will be applied during the evaluation - this fee is an administrative tool for evaluation purposes only and is not actually added into any quoted or contract costs. The purpose of adding an administrative fee for evaluation purposes is to determine if it is prudent for the government to award multiple contracts. Vendors are not required to quote all items. a. The government will evaluate on the basis of information furnished with the vendor's quote. The government may also review information readily available through other sources. b. As the government intends to award without discussions, interested vendors are responsible for ensuring all information is submitted by the closing date and time and presents the vendor's best offer, price, past performance and technical. The government reserves the right to enter into discussions if determined to be necessary. c. To be eligible for award, vendors must have an active account registration in the System for Award Management (SAM) at www.sam.gov. d. Product samples are not required to be submitted for all items to bid. Sample of T-shirts and water bottles must be included/provided for evaluation. If during evaluation, the government decides a sample is required to evaluate quality, the sample shall be provided within 2 business days of request. Vendors who wish to have the samples returned shall include postage paid return label and packing. e. Vendors who do not provide all of the required information with their quotes will not be considered. IV. Additional quantities may be purchased if funding becomes available or if unit pricing permits. The government reserves the right to adjust the quantities of items purchased based upon pricing received in response to this solicitation. Additional quantities purchased will be determined by the federal government based upon its mission needs; therefore, offerors must provide tiered pricing to identify any price breaks and the quantity when a discount is available. V. All pictures of requested items are representational - Brand Name items are not being requested. Any make/model will be considered so long as it meets the minimum salient characteristics provided for each item. VI. Items will be screen printed with a logo to be supplied within five days after award (JPEG format). As there are multiple customers' requirements being purchased under this single solicitation, individual logos are referenced for groupings of items. VII. Vendor may suggest an alternate CLIN structure for the award that is more advantageous to both the Contractor and Government. However, printing, setup and delivery charges must be included in the per unit price for each item rather than as a separate line item. As the government reserves the right to award multiple contracts, a lump sum cost for these individual costs cannot be properly evaluated or awarded. In addition, a single contract line item for freight cannot be accepted and or paid until all of the line items have been received. VIII. Buy American Act (BAA) compliance - the Federal Acquisition Regulation (FAR) governs federal contracting; however, it is not the only regulation that must be followed. All Department of Defense agencies must follow the Defense Federal Acquisition Regulation, or DFARS. Additionally, each agency often has its own regulatory supplement such as the Army Federal Acquisition Regulation supplement, or AFARS. These regulations often have differing information - one example is concerning the BAA. As part of the Department of the Army, a DOD agency, the VaARNG adheres to the FAR, DFARS, and AFARS. For this procurement, the BAA clauses from the FAR are not the governing guidance; the DFARS clauses/provisions as directed in the DFARS, have precedence. This solicitation includes the following DFARS provisions: 252.225-7001, 252.225-7002, and 252.225-7048 (reference: http://farsite.hill.af.mil/ ). Per the DFARS 225.101(a) For DOD, the following two-part test determines whether a manufactured end product is a domestic end product: a. The end product is manufactured in the United States; and b. The cost of its U.S. and qualifying country components exceeds 50% of the costs of all its components. This test is applied to end products only and not to individual components. Please note the DFARS states that a domestic product is defined as being an end product MANUFACTURED in the US, AND the costs of its US-made COMPONENTS exceeds 50% of the cost. This DOES NOT include screen printing, embellishments, packaging, etc. because these costs are not component costs. Quotes for foreign products will only be considered if there are no product quotes received OR if the cost of domestic products is not reasonable based on DFARS cost reasonableness procedures. Please note that DFARS requires a 50% evaluation fee be applied to foreign products. Example 1: Domestic Offer: $5 Foreign Offer; $2 Apply evaluation factor to foreign offer = $3; award on foreign offer based on cost reasonableness Example 2: Domestic Offer: $5 Foreign Offer: $3.50 Apply evaluation factor to foreign offer = $5.25; award on domestic offer. IX. In addition to a price quote and product specifications and images, offerors must include a completed version of provision 252.225-7000 BUY AMERICAN ACT - BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014) and ensure FAR Provisions 52.212-3 ALT 1 and DFARS provisions 252.209-7991, taxpayers identification number (TIN), DUNS, and CAGE code are updated and accurate in SAM.gov. X. All questions must be submitted in writing two days prior to solicitation close date. Questions should be sent via email to susan.e.swanson5.civ@mail.mil no less than 48 hours prior to the bid due date/time. XI. Quotes are due by the 3:00 p.m. Eastern on Friday, 7 July 2017. Quotes may be emailed to Ms. Susan Swanson, Contracting Officer, at susan.e.swanson5.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44/W912LQ-17-Q-0021/listing.html)
- Place of Performance
- Address: Primarily Fort Pickett, Blackstone, Virginia, 23824, United States
- Zip Code: 23824
- Zip Code: 23824
- Record
- SN04553986-W 20170624/170622234756-51867f628fa477fbd15a78ae7f125ee5 (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 |