SOLICITATION NOTICE
84 -- Recruiting and Retention Custom Sports Jerseys
- Notice Date
- 9/1/2023 11:59:33 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 315250
—
- Contracting Office
- W7N5 USPFO ACTIVITY VA ARNG RICHMOND VA 23297-0000 USA
- ZIP Code
- 23297-0000
- Solicitation Number
- W912LQ-23-Q-0040
- Response Due
- 9/15/2023 8:00:00 PM
- Archive Date
- 09/30/2023
- Point of Contact
- Curtis L Gardner
- E-Mail Address
-
curtis.l.gardner6.civ@army.mil
(curtis.l.gardner6.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 1.�� �GENERAL INFORMATION: A.��� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued.� B.�� �The Virginia Army National Guard (VaARNG) is seeking the purchase and delivery of custom football, and basketball jerseys, as well as custom wrestling singlets, to Blackstone, Virginia. All quotes shall be free on board (FOB) Destination with the cost of freight/delivery included in the total price. Production and delivery of football jerseys shall occur on or before October 20, 2023. Production and delivery of basketball jerseys and wrestling singlets shall occur within 90 days after date of award. The vendor shall ensure that delivery is accomplished between Tuesday through Friday between 8:00 A.M. and 3:00 P.M. Eastern Standard Time (EST) and that the vehicle making the delivery be equipped with a lift gate to facilitate off-loading palletized shipments. No lift capabilities beyond pallet jacks exist at the delivery location. An exact delivery address will be provided at the time of award. C.�� �The Government will award a firm-fixed-price contract resulting from this Request for Quote (RFQ), solicitation number W912LQ-23-Q-0040. The associated North American Industrial Classification System (NAICS) code for this procurement is 315250 (Cut and Sew Apparel Manufacturing, Except Contractors), with a business size standard of 750 employees. The Product Service Code (PSC) is 8405 (Outerwear, Men�s). This requirement is a 100% Small Business Set-A-Side, and only qualified offerors may submit quotes. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04, dated June 2, 2023.� D.�� �The Government will not pay for costs associated with the preparation of a quote in response to this solicitation. E.�� �Payment will be made through the Wide Area Workflow (WAWF) application in accordance with DFARS clause 252.232-7006, Wide Area Workflow Payment Instructions. F.� ���Interested vendors agree to hold the prices in their quote firm for 60 calendar days from the date specified for the closing of this RFQ. G.���� To be considered for an award, vendors shall have an active registration in the System for Award Management (SAM) at https://sam.gov. Vendors are responsible for ensuring that the representations and certifications in their SAM registration are accurate and current. H.���� The Contracting Officer intends to evaluate quotes and make an award without discussions. The Contracting Officer unilaterally reserves the right to determine if it is necessary to conduct discussions. I.������ NG Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns with the National Guard (NG) as an Alternative Dispute Resolution forum rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent and within the same time periods as if filed at the GAO. The NG protest decision goal is to resolve protests within 35 calendar days from filing. An agency protest may be filed with either the Contracting Officer or the NG Agency�s Protest Decision Authority, but not both, in accordance with NG protest procedures. To be timely, the protests must be filed within the periods specified in FAR 33.103. To file a protest under the NG Agency Protest Program, the protest must request resolution under that program and be sent to the address below: National Guard Bureau Office of the Director of Acquisitions/ Head of Contracting Activity ATTN: NGB-AQ-O 111 S. George Mason Dr. Arlington, VA 22204 Email: ng.ncr.ngb-arng.mbx.ngb-task-order-ombudsman@mail.mil All other agency-level protests should be sent to the Contracting Officer, Rebecca Fowler (rebecca.l.fowler6.civ@army.mil), at 6090 Strathmore Rd., WH15, Bay H, Richmond, VA 23297 2. COMMUNICATION WITH THE GOVERNMENT: A.�� �Questions: Submit written questions via email ONLY to contract specialist Curtis Gardner at curtis.l.gardner6.civ@army.mil. No phone calls will be accepted. Questions will be received until September 8, 2023, no later than 11:00 a.m. Eastern Standard Time (EST). � 3. � � ADDENDUM to 52.212-1, Instructions to Offerors � Commercial Items (MAR 2023)� A.��� Addendum to FAR 52.212-1(b), Submission of offers. The offeror shall submit an electronic copy of�their dated quote via e-mail to: curtis.l.gardner6.civ@army.mil with the solicitation number W912LQ-23-Q-0040 in the subject block by September 15, 2023, no later than 11:00 PM EST. Facsimile quotes will not be accepted. Offerors who do not provide all the required information with their quotes may be deemed NON-RESPONSIVE for further consideration for the solicitation and award. In addition to the items required by 52.212-1(b), the offeror shall complete and provide the following with their submission: 1. Signed and completed Information Sheet. 2. Completed Reps and Certs for the attached 52.204-17, 52.204-20, 52.204-24, 52.204-26, 52.212-3, 52.219-1, 52.219-28, 52.222-22, 52.223-22 (if applicable), 252.204-7016, and 252.204-7017. Please provide fill-in information on each form. A signed and completed provision 52.223-22 is required if ��the�Offeror�received $7.5 million or more in Federal contract awards in the prior Federal fiscal year. The representation is optional if the�Offeror�received less than $7.5 million in Federal contract awards in the prior Federal fiscal year.� 3. �Unit pricing for the following contract line-item numbers (CLINs). CLIN 0001AA � Adult Medium Football Jersey � 9 EA: CLIN 0001AB � Adult Large Football Jersey � 20 EA: CLIN 0001AC � Adult Extra Large Football Jersey � 23 EA: CLIN 0001AD � Adult Extra-Extra-Large Football Jersey � 26 EA: CLIN 0001AE � Adult Extra-Extra-Extra- Large Football Jersey � 21 EA: ������������������������������������������������ CLIN 0002AA � Adult Small Basketball Jersey � 5 EA: CLIN 0002AB � Adult Medium Basketball Jersey � 7 EA: CLIN 0002AC � Adult Large Basketball Jersey � 6 EA: CLIN 0002AD � Adult Extra Large Basketball Jersey � 4 EA: CLIN 0002AE � Adult Extra-Extra-Large Basketball Jersey � 4 EA: CLIN 0003AA � Adult Extra Small Wrestling Singlet � 4 EA: CLIN 0003AB � Adult Small Wrestling Singlet � 4 EA: CLIN 0003AC � Adult Medium Wrestling Singlet � 4EA: CLIN 0003AD � Adult Large Wrestling Singlet � 4EA: CLIN 0003AE � Adult Extra Large Wrestling Singlet � 4EA: CLIN 0003AF � Adult Extra-Extra-Large Wrestling Singlet � 4EA: CLIN 0003AG � Adult Extra-Extra-Extra-Large Wrestling Singlet � 4EA: (See �Purchase Description� attachment for item specifications.) 4.��� Basis for Award The Government intends to award to the responsive, responsible vendor whose quote is the lowest price and can meet required delivery dates� Should no quotes be received for a guaranteed delivery of football jerseys on or before October 20, 2023, based on an anticipated award date of September 22, 2023, the Government reserves the right to award only those line items for basketball jerseys and wrestling singlets at quoted prices.� Should some vendors, but not all responding vendors be able to guarantee delivery of the football jerseys on or before October 20, 2023, the Government reserves the right to evaluate football jersey line items separately and award up to two purchase orders against this solicitation; one for football jerseys and one for basketball jerseys and wrestling singlets. ��������������� 5. Provisions and Clauses A.�� �The following FAR and DFARS provisions are incorporated by reference and apply to this solicitation:� 52.204-7, System for Award Management (OCT 2018) 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020)� 52.204-22, Alternate Line-Item Proposal (JAN 2017)� 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation (NOV 2015) 52.222-22, Previous Contracts and Compliance Reports (FEB 1999) 52.229-11, Tax on Certain Foreign Procurements � Notice and Representation (JUNE 2020) 252.203-7005, Representation Relating to Compensation of Former DOD Officials (SEP 2022)� 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) 252.204-7019,�Notice of NIST SP 800-171 DoD Assessment Requirements (MAR 2022) 252.204-7024�Notice on the Use of the Supplier Performance Risk System (MAR 2023) 252.225-7055, Representation Regarding Business Operations with the Maduro Regime (MAY 2022) 252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Representation (JUN 2023) 252.225-7974 (Dev), Representation Regarding Business Operations with the Maduro Regime (DEVIATION 2020-O0005), (FEB 2020) 252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites�Representation (DEVIATION 2021-O0003) (APRIL 2021) � B.��� The following FAR provisions are incorporated by full text and apply to this solicitation. The full text of a provision may be accessed electronically at https://www.acquisition.gov. Supplemental information for the applicable provision is provided below. 52.204-17, Ownership or Control of Offeror (AUG 2020) (Contractor to complete) 52.204-20, Predecessor of Offeror (AUG 2020) (Contractor to complete) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) (Contractor to complete) 52.204-26, Covered Telecommunications Equipment or Services-Representation (OCT 2020) (Contractor to complete) 52.212-3(DEVIATION 2023-O0002), Offeror Representations and Certifications � Commercial Products and Commercial Services (DEC 2022) � (Contractor to complete) 52.219-1, Small Business Program Representations (DEVIATION 2023-O0002) (315220, 750 employees) (Contractor to complete) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation (DEC 2016) (Contractor to complete if the offeror received $7.5 million or more in the prior Federal fiscal year) 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) � (Fill-in information: https://www.acquisition.gov/) 52.252-5, Authorized Deviations in Provisions (NOV 2020 - (Fill-in information: Defense Federal Acquisition Regulation Supplement, 2) 252.204-7016, Covered Defense Telecommunications Equipment or Services � Representation (DEC 2019) (Contractor to complete) 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services � Representation (MAY 2021) (Contractor to complete) C.�� �The following FAR and DFARS clauses are incorporated by reference and are applicable to this solicitation and any resulting award: 52.204-13, System for Award Management Maintenance (OCT 2018) 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020)� 52.204-19, Incorporation by Reference Of Representation And Certifications (DEC 2014)� 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services (DEC 2022)� 52.222-19 (Dev), Child Labor - Cooperation with Authorities and Remedies (DEVIATION 2020-O0019), (JUL 2020)� 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications (JUN 2020) 52.232-39, Unenforceability of Unauthorized Obligations (June 2013)� 52.233-1, Disputes (MAY 2014) 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (SEP 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (DEC 2022)� 252.204-7003, Control of Government Personnel Work Product (APR 1992)� 252.204-7009, Limitations on the Use or Disclosure of Third-Party (JAN 2023)� 252.204-7012,�Safeguarding Covered Defense Information and Cyber Incident Reporting (JAN 2023) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023)� 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023) 252.204-7020,�NIST SP 800-171DoD Assessment Requirements (JAN 2023) 252.223-7008, Prohibition of Hexavalent Chromium (JAN 2023) 252.225-7001, Buy American and Balance of Payments Program - Basic (JAN 2023) 252.225-7002, Qualifying Country Sources as Subcontractors (MAR 2022) 252.225-7012, Preference for Certain Domestic Commodities (APR 2022)� 252.225-7048, Export-Controlled Items (JUN 2013)� 252.225-7060,�Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (JUN 2023) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)� 252.232-7010, Levies on Contract Payments (DEC 2006)� 252.243-7001, Pricing of Contract Modifications (DEC 1991)� 252.244-7000, Subcontracts for Commercial Items and Commercial Components (DoD Contracts) (JAN 2023)� 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023) 252.247-7023, Transportation of Supplies by Sea (JAN 2023) D.�� �The following FAR and DFARS clauses are incorporated by full text and apply to this solicitation and any resulting award. The full text of a clause may be accessed electronically at https://www.acquisition.gov. Supplemental information for the applicable clause is provided below. � 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services (MAR 2023)� The following FAR clauses included in 52.212-5 are applicable to this acquisition:� 52.203-19 (JAN 2017), 52.204-23 (NOV 2021),� 52.204-25 (NOV 2021),� 52.209-10 (NOV 2015),� 52.232-40 (MAR 2023),� 52.233-3 (AUG 1996),� 52.233-4 (OCT 2004),� 52.204-10 (JUN 2020),� 52.204-27 (JUN 2023), 52.209-6 (NOV 2021), 52.219-6 (NOV 2020),� 52.219-28 (MAR 2023), 52.222-3 (JUN 2003),� 52.222-19 (DEC 2022),� 52.222-21 (APR 2015),� 52.222-26 (SEPT 2016),� 52.222-36 (JUN 2020),� 52.222-40 (DEC 2010), 52.222-50 (NOV 2021),� 52.223-18 (JUN 2020),� 52.225-1 (OCT 2022), 52.225-13 (FEB 2021), 52.232-29 (NOV 2021), and 52.232-33 (OCT 2018) � 52.252-2, Clauses Incorporated by Reference (FEB 1998)�� (Fill-in information: https://www.acquisition.gov/) 52.252-6, Authorized Deviations in Clauses (NOV 2020) � (Fill-in information: Defense Federal Acquisition Regulation Supplement, 2) 252.232-7006, Wide Area Workflow Payment Instructions (JAN 2023) � fill-in information to be provided at the time of award � � 6. Attachments 1. Information Sheet 2. Purchase Description 3. Reps and Certs
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6192fc87c39f40288517eee22a420259/view)
- Record
- SN06817160-F 20230903/230901230103 (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 |