SOLICITATION NOTICE
84 -- Uniform Name Tapes & Patches - Provision for KTR to Sign - Quote Sheet
- Notice Date
- 3/15/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 314999
— All Other Miscellaneous Textile Product Mills
- Contracting Office
- Department of the Army, National Guard Bureau, 114 MSG/MSC, SD ANG, 1201 W ALGONQUIN ST, SIOUX FALLS, South Dakota, 57104-0264, United States
- ZIP Code
- 57104-0264
- Solicitation Number
- W912MM18Q5006
- Archive Date
- 4/5/2018
- Point of Contact
- Eric Comes, Phone: 6059885932, Kurtis C Lunstra, Phone: 6059885933
- E-Mail Address
-
eric.l.comes.mil@mail.mil, kurtis.c.lunstra.mil@mail.mil
(eric.l.comes.mil@mail.mil, kurtis.c.lunstra.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Quote Sheet Provision for KTR to Sign 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; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is set-aside 100% for small business. North American Industrial Classification Standard 314999 applies to this solicitation; business size standard is 500 employees. The South Dakota Air National Guard intends to issue a firm fixed priced order for the following: 1,980 EA - Air Force OCP Velcro Name Tapes  Shall be embroidered with spice brown letters (thread cable number 67196) to wear with Air Force OCP uniforms.  All name tapes shall be 1 inch by 5 inch (standard size)  All name tapes shall have Velcro hook backing  A list of last names will be provided to awardee for embroidery 1,980 EA - Air Force OCP Velcro U.S. Air Force Tapes  Shall be embroidered with spice brown letters (thread cable number 67196) to wear with Air Force OCP uniforms.  All name tapes shall be 1 inch by 5 inch (standard size)  All name tapes shall have Velcro hook backing 2,100 EA - Air Force OCP Velcro USAFCENT Patches  Patch shall be 3 x 3 inches  Patch shall be Bagby Green (thread cable number 67204) with a Black (thread cable number 67138) border.  Patch shall have Velcro hook backing  Shall be designed to wear with OCP uniform Preparing and Submitting your Quote: Offerors shall provide pricing for the above items inclusive of shipping costs (FOB Destination) to the South Dakota Air National Guard, 1201 West Algonquin St, Sioux Falls, SD 57104-0264. To facilitate the most expeditious and equitable evaluation process possible, please use the attached quote sheet for providing requested pricing information. Your firm's standard quote documents can also be submitted but please ensure ALL the information requested in the attached Quote Sheet is included. Be sure to submit/attach enough additional information to enable the Government to fully ascertain the specifications/capabilities of the equipment quoted. All questions and quotes must be directed to Eric Comes at: eric.l.comes.mil@mail.mil. All questions and answers must be in writing. Do not contact other Government personnel as this will only delay receipt of answers. All questions and the answers provided will be released to all eligible offerors on a non-attribution basis. All terms and conditions remain unchanged unless amended in writing. Evaluation: The Government plans to select a quote conforming to the solicitation which will be most advantageous to the Government. Quotes will be evaluated using price, technical, delivery, and past performance factors. Technical, delivery and past performance factors, when combined, are approximately equal when compared to price. The selected Offeror must comply with the following Provisions and Clauses, which are incorporated herein by reference: FAR 52.202-1, Definitions; FAR 52.203-5, Covenant Against Contingent Fees; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.203-7, Anti-Kickback Procedures; FAR 52.204-7, System for Award Management; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.212‐1, Instructions to Offerors-Commercial Items; FAR 52.212‐2, Evaluation-Commercial Items; FAR 52.212‐3 Alternate I, Offeror Representations and Certifications-Commercial Items; FAR 52.212‐4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.219‐6, Notice of 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; FAR 52.222‐21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for workers w/ Disabilities; FAR 52.222‐50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225‐13, Restrictions on Certain Foreign Purchases; FAR 52.225-18, Place of Manufacture; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications; FAR 52.232-1, Payments; FAR 52.232-18, Availability of Funds; 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 to Small Business Subcontractors; FAR 52.233-2, Service of Protest; FAR 52.233‐3, Protest After Award; FAR 52.233‐4, Applicable Law for Breach of Contract Claim; FAR 52.243-1, Changes - Fixed Price; FAR 52.244-6, Subcontracts for Commercial Items; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252‐2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203‐7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204‐7004 Alternate A, System for Award Management; DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232‐7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232‐7010, Levies on Contract Payments; DFARS 252.247‐7023, Transportation of Supplies by Sea; Provisions and Clauses for this synopsis/solicitation can be found in full text at http://farsite.hill.af.mil/. Additional required clauses other than those listed above may be included as Addenda on the award document.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA39-1/W912MM18Q5006/listing.html)
- Place of Performance
- Address: 1201 W Algonquin St, Sioux Falls, South Dakota, 57104, United States
- Zip Code: 57104
- Zip Code: 57104
- Record
- SN04856304-W 20180317/180315232114-0b17bfc4a6c0f56c3b7e2a6610d18737 (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 |