Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2012 FBO #3849
SOLICITATION NOTICE

78 -- Provide tailgater packages to include tent, event cooler, director chairs, nylon table throw and sail sign for the Oregon Army National Guard.

Notice Date
6/6/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541890 — Other Services Related to Advertising
 
Contracting Office
USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W912X8-2129-3001
 
Response Due
7/6/2012
 
Archive Date
9/4/2012
 
Point of Contact
Nicollette Kennemer, 5035843764
 
E-Mail Address
USPFO for Oregon
(nicollette.kennemer@ng.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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 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. The solicitation is W912X8-2129-3001 and is issued as a Request for Quote (RFQ). Request for Quotes are due by 6 July 2012, 4:00 p.m. (PST). The RFQ will result in a firm fixed price contract. This solicitation is 100% set-aside for small businesses. The North American Industry Classification System (NAICS) code for this acquisition is 541890. The United States Property and Fiscal Office of the Oregon Army National Guard is soliciting quotes t o procure the following supply or services: CLIN 0001: Tailgater package with tent, event cooler, director chairs, nylon table throw and sail sign. 17 packages that include the following: 1 each - 10' show stopper (or equal) standard event tent with full-color, dye sublimation imprint in 8 locations (4 peak and 4 valence). ORARNG to provide artwork. Salient characteristics of the tent include: Approximately 128"H x 120"D x 120"H, approximately 56 lbs, heavy-duty tubular powder coated steel, denier poly fabric canopy (fire retardant and weather resistant), approximately 75.5" from floor to bottom of valance, includes carry case with wheels, pop-up tent features. 1 each - Washable 6' nylon 3 sided table throw with soft carrying case. Once color imprint. ORARNG to provide artwork 1 each - Fill "N" Chill cooler kit (or equal), full-color dye sublimation thermal imprint. ORARNG to provide artwork. Salient characteristics include: designed to look just like a giant can, keeps contents cooled without electricity, plastic hinged lid, graphics wrap around the entire outside and secure at the back, drug plug, approximately 12 lbs empty, full spin wheels, capable of keeping 30lbs of ice cool for up to 48 hours, 36"H x 21.25"D. 2 each - Directors chairs. Table height. Wood and canvas construction. One color imprint. ORARNG to provide artwork. 1 each - 11' blade sign banner kit with a scissor base with water and full-color dye sublimation thermal imprint on both sides of the sail. Sail is Poly Twill Fabric, able to withstand up to 20 mph wind. Includes pole, appropriate hardware, base and carry case. ORARNG to provide artwork. CLIN 0002 - Freight Freight associated with shipping the 17 tailgater packages to the following address: Oregon Military Department, Recruiting and Retention Command, Attn: Guy Britnell, 1776 Militia Way, Salem, OR 97309. Offerors must be registered on the Central Contractors Registration database (CCR). Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. Only contractors who are registered in the Central Contractor Registration (CCR) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors proposal. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7. Central Contractor Registration. FAR 52.211-6, (If Applicable) Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, lowest price of all item "all or none". FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.222-44 Fair Labor Standards act and Service Contract Act-Price adjustment; FAR 52.222-54 Employment Eligability Verification: FAR 52.228-5 Insurance-Work on a government Installation; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.225-1, FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities), FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation (if applicable) FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable) DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III. This announcement is the solicitation which will result in a firm fixed-price contract. Point of Contact: Offerors can submit their proposal to: Nicollette Kennemer at Nicollette.kennemer@ng.army.mil or Via Fax at 503-584-3771
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W912X8-2129-3001/listing.html)
 
Place of Performance
Address: USPFO for Oregon ATTN: USPFO-P, P.O. Box 14840 Salem OR
Zip Code: 97309-5008
 
Record
SN02767757-W 20120608/120606235739-50db254f345e9b243e69362468cb32bf (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.