Missouri Bids > Bid Detail

AMENDED - RFQ-Promotional Items With Printing RRBN

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 84 - Clothing, Individual Equipment, and Insignia
Opps ID: NBD00159995859452596
Posted Date: Jun 7, 2023
Due Date: Jun 15, 2023
Solicitation No: W912NS23Q4013
Source: https://sam.gov/opp/ba3b77ba41...
Follow
AMENDED - RFQ-Promotional Items With Printing RRBN
Active
Contract Opportunity
Notice ID
W912NS23Q4013
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NJ USPFO ACTIVITY MO ARNG
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Jun 07, 2023 09:26 am CDT
  • Original Published Date: May 17, 2023 12:53 pm CDT
  • Updated Date Offers Due: Jun 15, 2023 01:00 pm CDT
  • Original Date Offers Due: Jun 08, 2023 01:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jun 30, 2023
  • Original Inactive Date: Jun 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 8465 - INDIVIDUAL EQUIPMENT
  • NAICS Code:
    • 315990 - Apparel Accessories and Other Apparel Manufacturing
  • Place of Performance:
    Jefferson City , MO 65109
    USA
Description View Changes

6/6/2023 Solicitation Amendment



Puchase Description updated to include Lanyard - Replace Bulldog clip with Keychain attachment.



Due date for acceptance of quotes extended to no later than 1:00pm CDT 15 June 2023.



All other Terms and conditions remain the same.



(End of Amendment)



Solicitation W912NS23Q4013. 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; quotes are being requested and a written solicitation will not be issued. This solicitation W912NS23Q4013 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-02. This procurement is posted as a Service Disabled Veteran-Owned Small Business set aside. The North American Industry Classification System (NAICS) Code: 315990 - Apparel Accessories and Other Apparel Manufacturing and the Federal Product/Service Code: 8465 - Individual Equipment. The small business size standard is 600 Employees.



The following commercial items are requested:



CLIN 0001 Lanyard Pre-Production Sample - 1 Each



CLIN 0002 T-Shirt, Large (Design 1) Pre-Production Sample - 1 Each



CLIN 0003 T-Shirt, Large (Design 2) Pre-Production Sample - 1 Each



CLIN 0004 Phone wallet stick-on Pre-Production Sample - 1 Each



CLIN 0005 Lanyards - 20,000 Each



CLIN 0006 T-Shirt, Small (Design 1) - 2,000 Each



CLIN 0007 T-Shirt, Medium (Design 1) - 3,000 Each



CLIN 0008 T-Shirt, Large (Design 1) - 3,000 Each



CLIN 0009 T-Shirt, X-Large (Design 1) - 2,000 Each



CLIN 0010 T-Shirt, Small (Design 2) - 2,000 Each



CLIN 0011 T-Shirt, Medium (Design 2) - 3,000 Each



CLIN 0012 T-Shirt, Large (Design 2) - 3,000 Each



CLIN 0013 T-Shirt, X-Large (Design 2) - 2,000 Each



CLIN 0014 Phone wallet stick-on - 4,000 Each



Pre-production samples will be required prior to mass production of all CLINS



Bulk orders are not authorized for print/embroidery, production, or purchasing prior to our customer approving Pre-Production Samples



**ALL items shall be TAA compliant**



See attached file “B8 Purchase Description…” file for CLIN Structure and detailed requirements.



DELIVERY: FOB Destination 120 days ARO, zip code 65109, commercial delivery address



Question Submission Instructions: Submit questions electronically via email to Hediberto.roman.civ@army.mil and craig.l.lueckenotto.civ@army.mil utilizing the following subject: RFI W912NS23Q4013 "Company Name". All questions shall be submitted by 1:00 P.M./1300 Central Time on 1 June 2023.



Quote Submission Instructions: Submit your quote on Company Letter Head (include CAGE) or the attached “Purchase Description…” file. Offeror shall utilize the Contract Line Item Number (CLIN) structure when submitting Quote. Quote Price shall include any delivery charges FOB-Destination, shall ensure the product specifications fully meet criteria of the RFQ, and Delivery Requirement. Quote shall be good for a minimum of 30 days from the final date of this RFQ. If offeror fails to fully demonstrate Quoted items meet the specifications, they shall be considered not acceptable or non-responsive.



Submit quotes electronically via email to Hediberto.roman.civ@army.mil and craig.l.lueckenotto.civ@army.mil utilizing the following subject: RFQ W912NS23Q4013 "Company Name". All quotes shall be submitted by 1:00 P.M./1300 Central Time on 8 June 2023.



Basis of Award: Price Only after demonstrating the ability to meet or exceed the specifications of the items or services requested.



Award Type: will be a firm-fixed price purchase order. The Missouri National Guard reserves the right to look at past performance, references, and SBA certificate of competency before finding technically acceptable. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.



Contract award: The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.



Payment: invoiced and paid through Wide Area Work Flow (WAWF).



A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories:



(A) Small business;



(B) Service-disabled veteran-owned small business;



(C) Women-owned small business (WOSB) under the WOSB Program;



(D) Economically disadvantaged women-owned small business under the WOSB Program; or



(E) Historically underutilized business zone small business.



The following provisions and clauses apply to this acquisition:



FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (OCT 2022),



FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (JAN 2017),



FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017),



FAR 52.204-7 System for Award Management (OCT 2018),



FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020),



FAR 52.204-13 System for Award Management Maintenance (OCT 2018),



FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020),



FAR 52.204-17 Ownership or Control of Offeror (AUG 2020),



FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020),



FAR 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014),



FAR 52.204-20 Predecessor of Offeror (AUG 2020),



FAR 52.204-22 Alternative Line Item Proposal (JAN 2017),



FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021),



FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021),



FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021),



FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020),



FAR 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred Suspended, or Proposed for Debarment (NOV 2021),



FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015),



FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016),



FAR 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services (MAR 2023),



FAR 52.212-3 Offeror Representations and Certifications -- Commercial Products and Commercial Services (Deviation 2023-O0002) (OCT 2022) (ALT I) (OCT 2014),



FAR 52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services (DEC 2022),



FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items (DEVIATION 2018-00021) (OCT 2018),



FAR 52.215-8 Order of Precedence-Uniform Contract Format (OCT 1997),



FAR 52.219-1 Small Business Program Representations (Deviation 2023-O0002) (DEC 2022),



FAR 52.219-28 Post-Award Small Business Program Rerepresentation (OCT 2022),



FAR 52.222-3 Convict Labor (JUN 2003),



FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015),



FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999),



FAR 52.222-26 Equal Opportunity (SEP 2016),



FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020),



FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020),



FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021),



FAR 52.232-33 Payment by Electronic Funds Transfer—System for Award Management (OCT 2018),



FAR 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013),



FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021),



FAR 52.233-3 Protest After Award (AUG 1996),



FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004),



DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011),



DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (DEC 2022),



DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (SEP 2022),



DFARS 252.204-7003 Control of Government Personnel Work Product (APR 1992),



DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (OCT 2016),



DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (JAN 2023),



DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors (JAN 2023),



DFARS 252.211-7003 Item Unique Identification and Valuation (JAN 2023),



DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (SEP 2019),



DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors (JAN 2023),



DFARS 252.223-7008 Prohibition of Hexavalent Chromium (JAN 2023),



DFARS 252.225-7001 Buy American and Balance of Payments Program (DEC 2017),



DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (MAR 2022),



DFARS 252.225-7036 Buy American—Free Trade Agreements--Balance of Payments Program (JAN 2023),



DFARS 252.225-7048 Export-Controlled Items (JUNE 2013),



DFARS 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (JAN 2023),



DFARS 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023),



DFARS 252.232-7003 Electronic Submission of Payment Requests and receiving reports (DEC 2018),



DFARS 252.232-7006 Wide Area Workflow Payment Instructions (JAN 2023),



DFARS 252.232-7010 Levies on Contract Payments (DEC 2006),



DFARS 252.232-7017 Accelerating Payments to Small Business Subcontractors—Prohibition on Fees and Consideration (JAN 2023),



DFARS 252.243-7001 Pricing of Contract Modifications (DEC 1991),



DFARS 252.244-7000 Subcontracts for Commercial Items (JAN 2023),



DFARS 252.247-7023 Transportation of Supplies by Sea (JAN 2023),





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):



https://www.acquisition.gov/



(End of clause)



52.252-5 Authorized Deviations in Provisions. (Nov 2020)



(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision.



(b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.



(End of clause)



52.252-6 Authorized Deviations in Clauses (NOV 2020)



(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.



(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.



(End of clause)


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR MOARNG DO NOT DELETE 7101 MILITARY CIRCLE
  • JEFFERSON CITY , MO 65101-1200
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >