AMENDMENT NOTICE: 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. The solicitation number is STEWART3SBKTT0008 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98. The associated North American Industrial Classification System (NAICS) code for this procurement is 452990 with a small business size standard of $32.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-06-18 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Stewart, GA 31313
The MICC End User requires the following items, Brand Name or Equal, to the following:
LI 001: TOMAHAWK WITH A 2.75 INCH STAINLESS STEEL AX HEAD WITH A TOUGH
BALLISTIC POLYMER HANDLE.
CUSTOM LASER ENGRAVING:
50 x 3ID SUSTAINMENT BDE LOGO AT TWO LOCATIONS,ONE ON THE HANDLE AND ONE ON THE BLADE.
ATTACHMENT 001, 50, EA;
LI 002: CUSTOM PRINTED BOTTLE KOOZIES.
A FULL COLOR SLIP ON SLEEVE WITH FULL
COLOR SUBLIMATED IMPRINT OF:
150 x 87th CSSB LOGO
60 x STB LOGO
40 x 3ID SUSTAINMENT BDE LOGO
ASSORTED COLORS.
ATTACHMENT 0002, 250, EA;
LI 003: FULL COLOR SLIP ON SLEEVE MADE USING 1/8" THICK HIGH DENSITY SCUBA FOAM WITH IMPRINT OF:
150 x 87th CSSB LOGO
60 x STB LOGO
40 x 3ID SUSTAINMENT BDE LOGO
ASSORTED COLORS.
SEE ATTACHMENT 003, 250, EA;
LI 004: Microfiber towel with bag sized at 30" x 50" and comes with an imprint at 1 location. Towel has SILVADUR Silver
which inhibits the Growth of bacteria and fungi and is
quick drying microfiber and super absorbent.
It includes a mesh lined toiletry bag which features
a wet/dry storage and quiet zippers. Sewn on
grommets for tie downs, snap loop with enlarged
name tag attaches to clothing, gear or equipment.
includes two straps to secure towel to gear or clothing.
35 x 87th CSSB LOGO
25 x STB LOGO
10 x 3ID SUSTAINMENT BDE LOGO
SEE ATTACHMENT 004, 70, EA;
LI 005: CUSTOM 2' X 3' FT PRINTED FLAG ON 200D NYLON, THEY COME WITH A CANVAS HEADER. THE FLAGS ARE INTENDED TO BE USED BOTH
INDOOR AND OUTDOOR AND FORMULATED
TO WITHSTAND YEARS OF WEAR AND TEAR.
THEY WILL BE PRINTED WITH UV PROTECTED INK
THE FLAG WILL EITHER WHITE OR BLACK BACKGROUNDS
WITH THE FULL COLOR CUSTOM ART WORK LOGO IMPRINTED ON BOTH SIDES
20 x 87th CSSB LOGO (WHITE BACKGROUND)
15 x STB LOGO (BLACK BACKGROUND)
15 x 3ID SUSTAINMENT BDE LOGO (WHITE BACKGROUND)
SEE ATTACHMENT 005, 50, EA;
LI 006: 20OZ 18/8 STAINLESS STEEL DOUBLE WALL
TUMBLER WITH A VACUUM SEALED INSULATION
AND IS DISHWASHER SAFE. TUMBLER:
6 7/8" X 3 1/2" AND IS RESISTANT TO DENTS
AND DINGS. IT COMES WITH YOUR LOGO
CUSTOM ENGRAVED IN THE CENTER OF THE SIDE
WALL. EACH TUMBLER COMES WITH CLEAR
PLASTIC LID.
ASSORTED COLORS.
10 x 87th CSSB LOGO
10 x STB LOGO
15 x 3ID SUSTAINMENT BDE LOGO
SEE ATTACHMENT 006, 35, EA;
LI 007: CUSTOM DOME PEN WITH A METAL BODY
AND TWIST ACTION. PEN ALLOWS YOU
TO PLACE YOUR UNIT LOGO ON TOP OF THE DOME
OF THE PEN AND ALSO ALLOWS LASER ENGRAVING
ON THE SIDE OF THE PEN.
ASSORTED COLORS. THE IMPRINT SIZE
1.50" L x 0.20" H/ BARREL 0.31" DIA/PEN TOP
100 x 87th CSSB LOGO
60 x STB LOGO
40 x 3ID SUSTAINMENT BDE LOGO
SEE ATTACHMENT 007, 200, EA;
LI 008: OCP 3 day expandable bag. BACKPACK HAS AN EXTRA-LARGE MAIN
COMPARTMENT TO FIT ANYTHING YOU MAY NEED
FOR A HIKE. IT IS CONSTRUCTED OF 600 DENIER
POLYESTER WITH BACKING. THE MAIN AREA
EXPANDS FROM 5" TO 10" TO FIT EVEN MORE GEAR.
ALSO HAS AN ORGANIZER POCKET WITH EASY GRIP
ZIPPER PULLS FOR ANY TYPE OF WEATHER YOU MAY
RUN INTO. COMES WITH A CUSTOM LOGO
EMBROIDERED ON TO THE FRONT LARGE POCKET.
75 x 87th CSSB LOGO
50 x STB LOGO
25 x 3ID SUSTAINMENT BDE LOGO
SEE ATTACHMENT 008, 150, EA;
LI 009: 32OZ CAMELBAK CHUTE WATER BOTTLE
WITH AN ERGONOMIC HIGH FLOW SPOUT
AND A LEAK PROOF LID. THE BOTTLE COMES
WITH AN IMPRINT AREA OF ( 3.25" X 4" X 8.75" )
FOR IMPRINTING YOUR LOGO. THE BOTTLE HAS
A TWO FINGER CARRY HANDLE AND IS
TOP RACK DISHWASHER SAFE.
75 x 87th CSSB LOGO
50 x STB LOGO
25 x 3ID SUSTAINMENT BDE LOGO
SEE ATTACHMENT 009, 150, EA;
Solicitation and Buy Attachments***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***
For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at
[email protected]. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or
[email protected] of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal.
The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions ââ¬â Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 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; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea.
IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price.
IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance
Shipping is FOB Destination CONUS (CONtinental U.S.).
New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.
Submitted Quotes will be valid for 45 days after the auction closing.
No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an Ãâall-or-nothingÃâ basis.
This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).).
IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site.
The associated North American Industrial Classification System (NAICS) code
for this procurement can be found. The small business size
standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf
"AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC 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 AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command
Office of Command Counsel
4400 Martin Road
Rm: A6SE040.001
Redstone Arsenal, AL 35898-5000
Fax: (256) 450-8840
Packages sent by FedEx or UPS should be addressed to:
Headquarters U.S. Army Materiel Command
Office of Command Counsel
4400 Martin Road
Rm: A6SE040.001
Redstone Arsenal, AL 35898-5000
Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp.
If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures."
"52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10,
Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government
Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006,
Prohibition On Storage And Disposal Of Toxic And Hazardous Materials;
252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material
inspection and receiving report"
Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.
Wide Area WorkFlow Payment Instructions
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E.
This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.
Please address your questions through the FedBid buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer -
[email protected] or call 315-772-5582.
Bid Protests Not Available