Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2016 FBO #5174
SOLICITATION NOTICE

99 -- DLA Director's Retirement Letters - Attachment

Notice Date
1/21/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332812 — Metal Coating, Engraving (except Jewelry and Silverware), and Allied Services to Manufacturers
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
SP4705-16-T-0231
 
Archive Date
2/20/2016
 
Point of Contact
constance v. house, Phone: 7037671168, Xkoshan Arnold, Phone: 7037673714
 
E-Mail Address
constance.house@dla.mil, xkoshan.arnold@dla.mil
(constance.house@dla.mil, xkoshan.arnold@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DLA Director's Retirement Letters, List of Supplies Sample of DLA Retirement Letter 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 issued as a Request for Proposal (RFP) SP4705-16-T-0231, 100% small business set-aside. This notice incorporates provisions and clauses in effect through FAC Circular 2005-86 effective December 31, 2015. This acquisition is being conducted in accordance with FAR Parts 12, 13 and 15. The NAICS code for this acquisition is 332812, Metal Coating, Engraving (Except Jewelry and Silverware), and Allied Services to Manufacturers. In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the System for Award Management (SAM) website: http://www.sam.gov. This requirement in accordance with the attached List of Supplies is to provide Director's Retirement Letters for the Defense Logistics Agency (DLA) Public Affairs, 8725 John J. Kingman Road, VA 22060-6221, Fort Belvoir, VA 2206-6221. Each letter provided represents the employees years of service in the Federal Government. Silver letters are for 30 to 39 years of Federal Service. Gold letters are for more than 40 years of Federal Service. The letters shall be presented to the recipient at the time of his or her departure from the Federal Government at set date. Hard copies of the letters are 7" x 8.5" and are provided to DS-FX by the Director's Office. The offeror shall scan the letter provided and transfer the image onto silver or gold plates. The plates shall be mounted into an 11" x 14" mahogany wood shadowbox with a standoff system on blue felt background. A lapel pin shall be affixed to the top of the medal plate. The color of lapel pin is based on the director's branch service. The completed product shall be ready to present at the employee's retirement ceremony at a set date. The offeror shall be located with a 10 miles radius of DLA, Fort Belvoir, VA. The period of performance shall be for a base year and four (4) option years: Item Description Quantity/Unit Unit Price Amount 0001 Base Year, Feb 20, 2016 through Feb 19, 2017 250 each 0002 Option Additional Letters, Feb 20, 2016 through Feb 19, 2017 100 each 1001 Option Year One, Feb 20, 2017 through Feb 19, 2018 250 each 1002 Option Additional Letters, Feb 20, 2017 through Feb 19, 2018 100 each 2001 Option Year Two, Feb 20, 2019 through Feb 19, 2020 250 each 2002 Option Additional Letters, Feb 20, 2019 through Feb 19, 2020 100 each 3001 Option Year Three, Feb 20, 2020 through Feb 19, 2021 250 each 3002 Option Three Additional Letters, Feb 20, 2021, through Feb 19, 2022 100 each 4001 Option Year Four, Feb 20, 2021 through Feb 19, 2022 250 each 4002 Option Four Additional Letters, Feb 20, 2021 through Feb 19, 2022 100 each The provision at 52.212-1, Instruction to Offerors Commercial, applies to this acquisition. The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50, Combating Trafficking in Persons, 52.232-34 Payment by Electronic Funds Transfer - Other than System for Award Management. Under 52.212-2, the evaluation procedures to be used are lowest overall responsive and responsible price for the parts. Lowest Price proposal which passes the technical requirement under 52.212-2 will receive award. Please provide a completed copy of provision at 52.212-3. See the provision at http://www.arnet.gov/far. The FAR clause at 52.212-4, contract terms and conditions-Commercial Items, applies to this acquisition. Also, FAR clause 52.212-5 applies with checkmarks under this clause for the following - 52.219-6, 219-8, 222-3, 222-19, 222-21, 222-26, 222-36, 222-50, 225-13, 232-33. with other other FAR/DFARS clauses that apply: 52.204-7, 252.232-7010, 252.212-7001 with check marks for 252.225-7036, 252.232-7003, 252.247-7023 and 252.225-7000, 252.225-7001. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the offeror. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of clause) To be awarded this contract, the offeror must be registered in the SAM. SAM information may be found at http://www.sam.gov/. Offerors are encouraged to obtain further information on SAM and ORCA registrations at the following two websites: http://www.sam.gov/ and http://orca.bpn.gov/. Offerors shall provide the CAGE Code, DUNS and Tax Identication Number (TIN) on the proposal. The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. RESPONSES ARE DUE FRIDAY, FEB 5, 2016 by 11:00 a.m. Eastern Daylight Time. Offers received after this date and time will not be considered for award. Questions shall be submitted by Thursday, Jan 29, 2016, 11:00 a.m. Eastern Daylight Time. Submit proposal by email to: constance.house@dla.mil,, Defense Logistics Agency, DCSO-Fort Belvoir, DLA Contracting Services Office, 8725 John J. Kingman Road, Room 1145, Fort Belvoir, VA 22060. Electronic mail may be used to submit quotations provided there is a scanned electronic signature. However, electronic mail is submitted at the contractor's own risk as large pdf. files may not be transmittable. Contact Constance House at constance.house@dla.mil, if any technical questions. Fax responses will be accepted at 703-767-1130. The solicitation is distributed solely through Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation document will not be available. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-16-T-0231/listing.html)
 
Place of Performance
Address: 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN03997901-W 20160123/160121234734-1957d5ffcc04044eeefe172ae2a51cc2 (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.