Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2022 SAM #7421
SOLICITATION NOTICE

99 -- Silver and Gold Retirement Letters

Notice Date
3/24/2022 1:49:49 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332812 — Metal Coating, Engraving (except Jewelry and Silverware), and Allied Services to Manufacturers
 
Contracting Office
DCSO FORT BELVOIR DIVISION #1 FORT BELVOIR VA 22060 USA
 
ZIP Code
22060
 
Solicitation Number
SP4705-22-R-0001
 
Response Due
3/31/2022 9:00:00 AM
 
Archive Date
04/15/2022
 
Point of Contact
Antoinette J Gregg, Phone: 5717671189
 
E-Mail Address
antoinette.gregg@dla.mil
(antoinette.gregg@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request for Proposal (RFP) and the solicitation number is SP4705-22-R-0001. No formal solicitation will be issued. Review the attached Statement of Work for more details. This solicitation is issued as 100% set-aside for small business concerns. The NAIC code 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 of Award Management (SAM) website: https://www.sam.gov. The size standard is 500. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2022-04 effective 30 January 2022, Defense Federal Acquisition Regulation Supplement (DFARS), and Defense Logistics Acquisition Directive (DLAD) current to Revision 5 and Proc Ltr. 2021-14. The complete text of any of the clauses and provisions are available electronically from the following site: https://www.dla.mil/HQ/Acquisition/gov. This acquisition is being conducted in accordance with FAR Parts, 12, 13 and 15. 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, 22060-6221. 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 DM-FFX by the Director's Office. The vendor shall scan the hard copy 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 red or blue felt background. The background is based on the director's service. Red felt background is used for Army and Marine Corps. Blue felt background is used for Navy and Air Force. A lapel pin shall be affixed to the top of the medal plate. The lapel pin is based on the director's branch service. The completed product shall be ready for presentation at the employee's retirement ceremony. The vendor shall be located within a 10-mile radius of DLA Fort Belvoir, VA. The period of performance shall be for a base year plus two (2) option years. Contract Line items: 0001 -Base Year, from the date of award for one (1) year: QTY: 250 1001- Option Year One, from the date of award for one (1) year: QTY: 250 2001- Option Year Two, from the date of award for one (1) year: QTY: 250 Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and addendum 52.212-1 ADDENDUM - INSTRUCTIONS TO OFFERORS - - COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021). (2) Proposal shall be received no later than MARCH 23, 2022 at 12:00 PM (Eastern Standard Time). Email response will be accepted. Note: All responses must include the solicitation number on the cover page. For email, the solicitation number must be included within the subject line. Submit one (1) original copy of the technical proposal and one (1) redacted copy of the technical proposal. Within the copy, remove all mention of the contractor's name. Technical Proposal: Provide a written narrative that describes your technical qualifications and addresses your ability to meet the requirements set forth in the List of Supplies. Certifications and Representations. FAR clause 52.212-3, Alt I: complete applicable fill-ins. Past Performance: Offers shall include the person(s) proposed to provide the required services as List of Supplies. Offeror must provide past performance reference for the same or similar services provided. For past performance references provide the current points of contact information identify any government contract number, type of services provided a description of the services provided, and number of years services provided. (m) Questions and/or requests for information concerning this solicitation should be submitted in writing via email, within three days of the issuance date of this solicitation, to Antoinette J.Gregg, at email address: antoinette.gregg@dla.mil.(End of Provision);52.212-2 Evaluation-Commercial Products and Commercial Services (NOV 2021) LOWEST PRICE TECHNICALLY ACCEPTABLE EVALUATION The contract resulting from this solicitation will be awarded based on the following evaluation factors: (1) Technical: Offers must meet or exceed the specifications in the solicitation and any subsequent amendments. (2) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price. (3)Delivery: Offerors must meet the required delivery date. or if POP: Offerors must be able to start performance on the required period of performance.(4)Responsibility: Offerors must meet the standard for FAR 9.104 General standards:To be determined responsible, a prospective contractor must- �1. (a) Have adequate financial resources to perform the contract, or the ability to obtain them (see 9.104-3(a)); �2. (b) Be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments; �3. (c) Have a satisfactory performance record (see 9.104-3(b) and subpart 42.15). A prospective contractor shall not be determined responsible or nonresponsible solely on the basis of a lack of relevant performance history, except as provided in 9.104-2; �4. (d) Have a satisfactory record of integrity and business ethics (for example, see subpart 42.15). �5. (e) Have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors). (See 9.104-3(a).) �6. (f) Have the necessary production, construction, and technical equipment and facilities, or the ability to obtain them (see 9.104-3(a)); and� �7. (g) Be otherwise qualified and eligible to receive an award under applicable laws and regulations (see also inverted domestic corporation prohibition at 9.108). .; 52.212-3 Offeror Representations and Certification-Commercial Products and Commercial Services (NOV 2021); 52.212-4 Contract�Terms and Conditions�Commercial�Products�and Commercial Services (Nov 2021); 52.212-5 Contract�Terms and Conditions Required To Implement Statutes or�Executive�Orders�Commercial�Products�and Commercial Services (Jan 2022); 52.219-28 Postaward Small Business Program Rerepresentation (SEP 2021; 52.232-17 Interest(MAY 2014);52.242-13 Bankruptcy (JUL 1995); 52.242-15 Stop-Work Order (AUG 1989); 52.233-9001 Disputes: Agreement to Use Alternative Dispute Resolution DLAD (JUN 2020). The resulting contract will be firm-fixed price. The period of performance will be for one base year plus two (2) option periods. The Government will make award to the responsible offeror who has the lowest price and is technically acceptable. Offerors must be submitted via the following methods by 12:00 PM ET, March 31, 2022: Eastern Standard Time (EST). Email to: antoinette.gregg@dla.mil ATTN: Antoinette Gregg. To be eligible for award of a Government contract, contractors must be properly registered in the System for Award Management (SAM). All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor the FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future award. SEE SAMPLE LETTERS ATTACHED TO THIS REQUIREMENT.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a7a5563c96fb4032a9bfa0c9de9009d7/view)
 
Place of Performance
Address: Fort Belvoir, VA 22060, USA
Zip Code: 22060
Country: USA
 
Record
SN06278803-F 20220326/220324230113 (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.