Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 23, 2018 FBO #5936
MODIFICATION

83 -- Custom Door Mats - Questions and Answers

Notice Date
2/21/2018
 
Notice Type
Modification/Amendment
 
NAICS
314110 — Carpet and Rug Mills
 
Contracting Office
Department of the Army, Army Contracting Command, CSBs, 413th CSB (W912CN) RCO Hawaii, 742 Santos Dumont Ave., BLDG 108, Wheeler Army Air Field (WAAF), Schofield Barracks, Hawaii, 96857, United States
 
ZIP Code
96857
 
Solicitation Number
W912CN18QRJ02
 
Archive Date
3/15/2018
 
Point of Contact
rodney o johnson, Phone: 8086561030
 
E-Mail Address
rodney.o.johnson8.mil@mail.mil
(rodney.o.johnson8.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Question and Answers 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. (ii) The solicitation number is W912CN-18-Q-RJ02 and this solicitation is issued as request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-96, effective 06 November 2017. (iv) This is a small business set-aside and the associated NAICS code is 314110. (v) A list of contract line item number(s) and items, quantities and units of measure: CLIN Item Unit of Measure Quantity 0001 Custom Door Mats Each 39 0002 Shipping Job 1 (vi) Description of requirements/items to be acquired: Thirty Nine (39) custom door mats; Dimensions: 72 inches wide by 48 inches tall (4 feet x 6 feet) Edging: 1.5 inches (black) Backing: Rubber Color(s): Gold, Red, Black, White, Raspberry, Yellow, and Royal Blue Material: (Top)- Fabric; (Bottom)- Rubber See attachment for custom door mats Crest From Left to Right: 1 st Crest: Height: 23.75 inches, Width: 16.75 inches 2 nd Crest: Height: 23.00 inches, Width: 16.50 inches 3 rd Crest: Height: 23.00 inches, Width: 16.50 inches Lettering: Height: 3.25 inches, Width:.75 inches Font: Helvetica *Note: Vector File will be provided to winning vendor. (vii) Date and place of delivery and acceptance and FOB destination: No later than 30 days After Date of Contract (ADC) at: USAHC-SB Logistics Attn: Ms. Debbie Gilliard 471 Brannon Road Schofield Barracks, HI 96857 (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) The provision 52.212-2, Evaluation -- Commercial Items, will be used, and the specific evaluation criteria included is total price. ** Basis for Award: The request for quotation uses streamlined acquisition procedures pursuant to FAR Part 12 and FAR Part 13 as authorized. The Government intends to award a firm fixed price contract resulting from competitive quotes received in response to this solicitation. The quote will be evaluated for a fair and reasonable price. The award decision will be based on the Contractor meeting solicitation requirements, such as terms and conditions, salient characteristics, and representations and certifications in order to be eligible for award. (x) Offerors must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (Oct 1995) 52.204-7 System for Award Management (OCT 2016) 52.204-13 System for Award Management Maintenance (OCT 2016) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 52.204-20 Predecessor of Offeror (JUL 2016) 52.204-22 Alternative Line Item Proposal (JAN 2017) 52.209-2 Prohibition ON Contracting With Inverted Domestic Corporations--Representation (NOV 2015) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 Notice of Total Small Business Set-Aside 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. (OCT 2015) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-3 Alterations in Solicitations (APR 1984) 52.252-4 Alterations in Contracts (APR 1984) The following additional DFARS clauses cited in the clause are applicable to the acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials. 252.204-7003 Control Of Government Personnel Work Product (APR 1992) 252.204-7004 Alt A System for Award Management Alternate A (FEB 2014) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.225-7048 Export-Controlled Items (JUN 2013) 252.225-7993 (Dev) Prohibition on Providing Funds to the Enemy (Deviation 2015-O0016) (SEP 2015) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Work-Flow Payment Instructions 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications. 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea, Basic (xiii) There are no additional contract requirement(s) or terms and conditions necessary for this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not used for this requirement. (xv) The due date for offers is February 28, 2018 by 4:00PM HST. Cutoff date for questions is February 16, 2018 by 4:00PM HST. (xvi) The individual to contact for information regarding the solicitation is Sergeant First Class (SFC) Rodney Johnson at Rodney.o.johnson8.mil@mail.mil or commercial +1 808 656 1030.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/58f57b155d9417dced078fb33490811a)
 
Place of Performance
Address: USAHC-SB Logistics, 471 Brannon Road, Schofield Barracks, Hawaii, 96857, United States
Zip Code: 96857
 
Record
SN04829216-W 20180223/180221231036-58f57b155d9417dced078fb33490811a (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.