Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 09, 2015 FBO #5129
SOLICITATION NOTICE

T -- Magazine Printing - PWS

Notice Date
12/7/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
323117 — Books Printing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Utah, PO Box 2000, Draper, Utah, 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W911YP-16-T-0005
 
Archive Date
12/30/2015
 
Point of Contact
Ileen Kennedy, Phone: 801-432-4229, Joseph Warby, Phone: 8014324145
 
E-Mail Address
ileen.h.kennedy.nfg@mail.mil, joseph.d.warby.mil@mail.mil
(ileen.h.kennedy.nfg@mail.mil, joseph.d.warby.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
ZIP CODES 1449 Performace Work Statement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W911YP-16-T-0005 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The associated North American Industrial Classification System (NAICS) code for this procurement is 323117 with a small business size standard of $500 Million. This requirement is a Small Business set-aside and only qualified offerors may submit bids. The USPFO for UTAH requires printing and binding of a winter, summer, and fall issue of a local magazine in quantity of 7,300 each issue. Reference Statement of Work for details. The contract type for this procurement will be a firm-fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) Offeror is within 50 miles of Draper UT, for the ability for the Utah National Guard to perform a quality check prior to printing. (2) Offeror's capability to provide a quality product that meets the Government's needs within the time periods listed on the Statement of Work (3) Past performance, caliber of offeror's performance on previous contracts of a similar nature; and (4) Total cost or price. The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at http://farsite.hill.af.mil/vffara.htm and DFARS clauses and provisions can be read in their full text at http://farsite.hill.af.mil/vfdfara.htm. The clauses are to remain in full force in any resultant contract. T h e p r o v i s i o n a t 52. 21 2 - 2 E v a l u a t i o n - C o mm e r c i a l I t e m s, Evaluation factors are listed above. The provision at FAR 52.212-3 with its Alternate I, Offeror Representations and Certifications-Commercial Items, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Offerors shall include a completed copy at the time of submission. As opposed to submitting the provision at 52.212-3, the offeror may elect to complete the Representations and Certifications at the System for Award Management (SAM) website. SAM may be accessed at h tt p s ://www. s a m. g o v /p o r t a l /p u bl i c / S A M /. Pursuant to FAR 9.1, Responsible Prospective Contractor, offerors may be required to provide the name of the financial institution where an applicable business bank account is located, supplier names where accounts are established, account numbers, names of customers, points of contact, and telephone numbers, as well as a brief description of previous contract services, providing the length of the contract or agreement, the dollar value, point of contact, and telephone number. The information will be used to determine responsibility of an offeror. T h e c l a u s e a t 5 2. 212 - 4, C o n t r a c t T e r m s a n d C o n d i t i o n s - C o mm e r c i a l I t e m s, a p p li e s to t h i s ac q u i s i t i o n, a n d i s amended to i n c o r p o r a t e t h e f o l l o w i ng cl a u s e s ; 52.204-13 System for Award Management Maintenance; 52.209-7 Information Regarding Responsibility Matter; 52.228-5 Insurance -- Work on a Government Installation; 52.232-23 Assignment of Claims; 52.232-39 Unenforceability of Unauthorized Obligations; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.246-25 Limitation of Liability - Services; 52. 252 - 2 C l a u s es I n c o r p o r a t e d by R e f e r e n c e ( F il l - i n i n f o r m a t i o n with ht t p: / / f a r s i t e. hil l. a f. mi l ). T h e c l a u s e a t 5 2. 212 - 5, C o n t r ac t T e r m s a n d C o n d i t i o ns R e q u i r e d T o I m p l e m e n t S t a t u t e s or E x ec u t i ve O r d e r s - C o mm e r c i a l I t e m s, a p p li e s t o t h i s ac q u i s i t i o n. The following F AR c l a u s e s c i t e d w i t h i n are applicable : 52.203-6 with its Alternate I Restrictions on Subcontractor Sales to the Government; 52. 204-10 R e po r t i n g E x ec u t i v e C o m p e n s a t i o n a n d F i r s t - T i e r S u b c o n t r ac t A w a r ds; 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52. 209 - 10 P r o h i b i t i o n o n C o n t r a c t i n g w i t h I n v e r t e d D o m e s t i c C o r p o r a t i o n s ; 52. 219 -6 No t i c e o f Tot a l S m a ll B u s i n e s s S e t - A s i d e ; 52.219-14 Limitations on Subcontracting; 52.219-16 Liquidated Damages-Subcontracting Plan; 52. 219 - 28 P o s t - A w a r d S m a ll B u s i n e s s R e p r e s e n t a t i o n; 52. 222 - 3 C o n v i c t L a b o r ; 52. 222 - 21 P r o h i b i t i o n o f S e g r e g a t e d F a c i l i t i e s; 52. 222 - 26 E qu a l Opp o r t un i t y; 52.222-35 Equal Opportunity for Veterans; 52. 222 - 36 A ff i r m a t i v e A c t i o n f o r W o r k e r s w i t h D i s a bil i t i e s; 52.222-37 Employment Reports on Veterans; 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52. 222 - 4 1 S e r v i c e C o n t r a c t A c t ; 52. 2 22 - 42 S t a t e m e n t o f e q u i v a l e n t R a t e s f o r F e d e r a l H i r e s ( F il l - i n i n f o r m a t i o n with 23370, General Maintenance Worker, $15.76) ; 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts); 52.222-54 Employment Eligibility Verification; 52. 223 - 18 E n c o u r a g i n g C o n t r a c tor P o li c i e s t o B a n T e x t M e ss a g i ng W hi l e D r i v i ng; 52. 225 - 13 R e s t r i c t i o n o n C e r t a i n F o r e i g n P u r c h a s e s ; 52. 232 - 33 P a y m e n t by E l ec t r o n i c F u n ds Tr a n s f e r- System for Award Management. The following DFARS clauses are applicable to this solicitation: 252.201-7000 Contracting Officer's Representative; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252. 20 3 - 7002 R e qu i r e m e n t to I n f o r m E m p l o y e e s o f W h i s t l e b l o w e r R i g h t s; 252. 204 - 7003 C o n t r o l o f G o v e r n m e n t P e r s o n n e l W o r k P r o du c t ; 25 2. 204 - 7008 E x p o r t - C o n t r o ll e d I t e m s ; 252.209-7001 Disclose of Ownership or Control by the Government of a Terrorist Country; 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7031 Secondary Arab Boycott of Israel; 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252. 232 - 7003 E l ec t r o n i c S ubm i s s i o n o f P a y m e n t R e qu e s t s a n d R ec e i v i ng R e p o r t s; 25 2. 232 - 701 0 L e v i e s o n C o n t r a c t P a y m e n t s; 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; 252. 243 - 7001 P r i c i ng o f C o n t r a c t M o d i f i ca t i o n s; 252.243-7002 Requests for Equitable Adjustment; 252.244-7000 Subcontracts for Commercial Items; 252.247-7023 Transportation of Supplies by Sea. O f f e r s a r e due n o l a t e r t h a n 15 December 2015; (12:00 PM MST. A l l r e s p o n s i b l e s o u r ce s m a y s u bm i t a n o ff e r, wh i c h w i l l b e c o n s i d e r e d by t h e a g e n c y. I n acc o r d a n c e w i t h 52.212-1, Instructions to Offerors, paragraph (f), quotes received after the established closing date will be viewed as late, and therefore not considered. O f f e r s may be submitted v i a e m a il ( p r e f e rr e d) to joseph.d.warby.mil@mail.mil o r v i a m a i l t o Utah National Guard Headquarters, A TT N: SFC Joseph D. Warby, 12953 South Minuteman Drive, Draper, Utah 84020. Technical P o i n t o f c o n t a c t f o r t h i s s o li c i t a t i o n i s Ileen Kennedy, 801-432-4229 ileen.h.kennedy.nfg@mail.mil. Contracting Officer for this solicitation is SFC Joseph Warby, 801-432-4145, joseph.d.warby.mil@mail.mil. Bid MUST be good for 30 days after submission.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W911YP-16-T-0005/listing.html)
 
Place of Performance
Address: Utah National Guard, 12953 S Minuteman Drive, Draper, Utah, 84020, United States
Zip Code: 84020
 
Record
SN03962744-W 20151209/151207234859-c86323f42c39d56c6f8c7c288e8d85ee (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.