Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 21, 2020 SAM #6840
SOLICITATION NOTICE

Q -- Prescription and non- prescription safety glasses PR ARNG

Notice Date
8/19/2020 4:49:06 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621320 — Offices of Optometrists
 
Contracting Office
W7PA USPFO ACTIVITY PR ARNG FORT BUCHANAN PR 00934 USA
 
ZIP Code
00934
 
Solicitation Number
W912LR20R0043
 
Response Due
8/24/2020 12:00:00 AM
 
Archive Date
02/20/2021
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is W912LR20R0043 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 621320 with a small business size standard of $7.50M. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-08-24 14:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Statement of Work. The National Guard - Puerto Rico requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Prescription Safety Eyewear/Non personal The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary, except as specified in paragraph 3.0 as government furnished, to provide prescription and non-prescription safety glasses to prevent any injury/illness or any workplace hazardous exposure in support of the army vision conservation program requirements and the occupational health office located in Camp Santiago Joint Training Center (CSJMTC) BLDG# 589, Salinas, P.R as defined in paragraph 5.0 (Requirements) of the Performance Work Statement contained in this solicitation. Contractor shall provide technical literature that shows minimum salient features of frames to include but are not limited to shapes, materials of construction, available size ranges, and spring loaded hinges (if applicable). Contractor shall provide a selection of frames and lenses as specified that meet the fit and work requirements in an industrial setting as per ANSI/ISEA Z87.12015. Selection provided shall include male and female frames, various sizes, shapes, colors, and materials. In accordance with AR 530-1, Operations Security, new contractor employees shall complete Level I opsectraining within 10 calendar days of their reporting for duty and annually thereafter. The contractor shall submit certificates of completion for each affected contractor employee, to the Point of Contact of the order (POC), or to the Contracting Officer (KO) if a POC is not assigned, within 10 calendar days after completion of training. Level 1 OPSEC training is available at http://cdsetrain.dtic.mil/opsec/ ., 140, Job; LI 002: Yearly Requirement--No Charge The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil/ The required information includes: 5 Contracting Office, Contracting Officer, Contracting Officer�s Technical Representative;6 Contract number, including task and delivery order number; 7 Beginning and ending dates covered by reporting period; 8 contractor name, address, phone number, e-mail address, identity of contractor employee entering data; 9 Estimated direct labor hours (including sub-contractors); 10 Estimated direct labor dollars paid this reporting period (including subcontractors); 11 total payments (including sub-contractors); 12 Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each Sub-contractor if different); 13 Estimated data collection cost; 14 Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); 15 Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); 16 Presence of deployment or contingency contract language; and 17 Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 Oct of each calendar year. Contracting Office: W912LR-USPFO for Puerto Rico Contracting Officer: SGM Myriam Perez at myriam.perezsantos.mil@mail.mil POC Technical Representative: CPT. Angel Santos at angel.e.santosmarrero.mil@mail.mil Requiring Activity Unit Identification Code (UIC): W8BCAA, 1, Job; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, National Guard - Puerto Rico intends to document bids online to be facilitated by the third-party Marketplace, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to document pricing. Offerors may submit bids during the specified period of time. National Guard - Puerto Rico is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com. Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination O-CONUS (Outside of the Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b1b77749f16f499b9a425b0c94b86a5b/view)
 
Place of Performance
Address: See Statement of Work.
 
Record
SN05765035-F 20200821/200819230159 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.