Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2018 FBO #6132
MODIFICATION

71 -- ERDC Awards Framing - Questions & Answers

Notice Date
9/5/2018
 
Notice Type
Modification/Amendment
 
NAICS
442299 — All Other Home Furnishings Stores
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 Halls Ferry Road, VICKSBURG, Mississippi, 39180-6199, United States
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ18R0022
 
Archive Date
9/26/2018
 
Point of Contact
Adrienne Bingham,
 
E-Mail Address
adrienne.y.bingham@usace.army.mil
(adrienne.y.bingham@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Questions & Answers 9/5/2018: This amendment adds industry questions and the government's responses to those questions (Q&A #5 and #6)via document entitled "Questions and Answers." 9/1/2018: This modification revises the Description of Requirement by adding Attachment C Revised Description of Requirement. This amendment also adds industry questions and the government's responses to those questions via document entitled "Questions and Answers." Administrative Information 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 requirement is 100% set aside for small business concerns under NAICS 442299. The U.S. Army Corps of Engineers, Engineer Research and Development Center (ERDC) requires commercial sources for the procurement of Framed Awards. ERDC intends to establish three (3) to five (5) Master Blanket Purchase Agreements (BPA's) in order to facilitate the procurement of these supplies. The BPA duration will be 5 years. A BPA is a simplified method of filling anticipated repetitive needs for supplies by establishing "charge accounts" with qualified sources of supply. Pursuant to Federal Acquisition Regulation (FAR) 13.303, Blanket Purchase Agreements (BPAs), the Contractor agrees to the identified terms and conditions for a BPA to provide the required framed awards Supplies exclusively with the U.S. Army Corps of Engineers, Engineer Research and Development Center (ERDC). Establishment of a BPA does not imply any agreement by the Government to place future contracts or orders with the BPA holder. The Government makes no representation as to the number of calls or actual amount of work to be ordered. If and when requested, the vendor shall provide Framed Award Supplies which may include, but are not limited to: The requirements of this agreement are to furnish materials and supplies for approximately 350 framed unit per year for a total of five (5) years as described below: 1. 14 X 28 Frame - Exceptional Civilian Service Award Meritorious Civilian Service Award Note: These awards are framed with a picture of the American Flag with the Corp of Engineers Castle Emblem in the middle of the picture. 14 X 18 Frame - Superior Civilian Service Award Commander's Award For Civilian Service Achievement Medal For Civilian Service All wood, slight antique finish, decorative trim on the outer edge with beads on the inside edge (Must be in accordance with Description of Requirement) 2. Glass covering 3. Three layered mats (See photo examples) • Bottom mat - The mat should match the color of the award certificate paper (cream) • Middle mat - Gold • Top - The mat should match the overall color of the award ribbon (Green, Blue, Red, etc.) 4. White core matting 5. Multi-opening in mat (Four square corners in the top mat). 6. Foam core back 7. Framer points 8. Sealed with paper backing 9. Wire hangers and hanger studs. Occasionally, minimum delivery requirements could be as critical as two (2) day turnaround after receipt of order. The Master Blanket Purchase Agreement (BPA) does not obligate any funds. The government shall be obligated only to the extent of authorized purchases actually made via a properly executed BPA Call. No calls will exceed the amount of $ 10,000.00. The aggregate amount cannot exceed $125,000.00. There shall be no guaranteed minimum or maximum order limits established and no guaranteed dollar amount of expenditures with the vendor. Actual purchases will be made via properly executed BPA Call's. These calls will be initiated at the time the supplies are needed by an authorized representative of the Contracting Office or by a warranted Contracting Officer. All BPA Calls shall be supported by a delivery ticket or sales slip that must contain the following information at a minimum: 1) Name of supplier. 2) BPA number. 3) Date. 4) BPA Call number and/or PR&C number. 5) Itemized list of supplies provided. 6) Quantity, unit price, and extension of each item; less applicable discounts (unit prices and extensions need not be shown when incompatible with the use of automated systems, provided that the invoice is itemized to show this information). 7) Date of delivery. Invoices will be submitted and processed for each delivery of supplies. Response Requirements Interested vendors shall provide a response (letter format) which verifies the company interest in providing the required Framing Award Supplies and confirmation that they can provide the requested supplies within the delivery guidelines identified in the Administrative Information. Interested vendors response shall include the company Cage Code and/or DUNS number. Interested vendors response shall include pricing in accordance with Bid Schedule. Offerors are encouraged to provide their best proposed pricing in their initial offer. In accordance with the specifications provided, award shall be made to the responsible offeror whose quote is determined to be the Lowest Price Technically Acceptable. Bid Schedule 14 X 28 Frame (in accordance with specifications) Unit Price _____ 14 X 18 Frame (in accordance with specifications) Unit Price _____ Interested vendors response shall include documentation of past performance for the past five (5) years in meeting requirements as outlined above. The past performance will be considered in selection of Master BPA's. Responses shall be submitted electronically to: Adrienne.Y.Bingham@usace.army.mil not later than Tuesday 11 September 2018 - 3:00 PM CDT. Oral communications are not acceptable in response to this notice. Please use the solicitation number referenced in the subject line. Reference the following attachments posted with this solicitation: Attachment A - Description of Requirement Attachment B - Past Performance Questionnaire This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-100 (08/22/2018) and Defense Federal Acquisition Regulation Supplement (DFARS), DPN 20180629, (06/29/2018). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. The following provisions apply to this acquisition: 52.202-1 Definitions 52.203-5 Covenant Against Contingent Fees 52.203-6 Restrictions on Subcontractor Sales to the Government 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards 52.204-99 System for Award Management Registration (Deviation) 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor Debarred, Suspended or Proposed for Debarment; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Representation 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-3 Offeror Representations and Certification - Commercial Items 52.212-4 Contract Terms and Conditions Commercial 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-41 Service Contract Labor Standards 52.222-50 Combating Trafficking in Persons; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 52.243-1 Changes - Fixed Price 252.211-7003 Item Unique Identification and Valuation 252.212-7000 Offeror Representations and Certifications - Commercial Items NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) BEFORE BEING ELIGIBLE FOR CONSIDERATION FOR AWARD. Information concerning SAM requirements may be viewed via the internet at SAM.gov. Offerors should check the FedBizOpps website often for new solicitations and/or changes (AMENDMENTS) to existing ones.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W912HZ18R0022/listing.html)
 
Place of Performance
Address: 3909 Halls Ferry Rd, Vicksburg, Mississippi, 39180, United States
Zip Code: 39180
 
Record
SN05073907-W 20180907/180905231515-c9cc88a67f539b3406b6c2f180b12d5d (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.