Kentucky Bids > Bid Detail

99--Army Badges-Pens-Wallets-Pactches

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 99 - Miscellaneous
Opps ID: NBD00159528762132136
Posted Date: Jun 28, 2023
Due Date: Jul 14, 2023
Solicitation No: 1144248
Source: https://sam.gov/opp/35c1dec6ae...
Follow
99--Army Badges-Pens-Wallets-Pactches
Active
Contract Opportunity
Notice ID
1144248
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
419TH CSB
Office
W6QM MICC-FT DRUM
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 28, 2023 05:16 pm EDT
  • Original Date Offers Due: Jul 14, 2023 12:30 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 10, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 9905 - SIGNS, ADVERTISING DISPLAYS, AND IDENTIFICATION PLATES
  • NAICS Code:
    • 323111 - Commercial Printing (except Screen and Books)
  • Place of Performance:
    9th Calvary Regiment Road Ft Knox , KY 40121
    USA
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. The solicitation number is 1144248 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 323111 with a small business size standard of 650.00 employees.

This requirement is a Small Business Set-Aside and only qualified sellers may submit bids.

The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:

2023-07-14 12:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Ft Knox , KY 40121

The MICC End User requires the following items, Brand Name or Equal, to the following:
LI 001: Requested Specification: **Lapel Pin-US Army **PDF proof of itemmust be submitted NLT 5 days of contract award, physical sampleshall be submitted within 15 days of contract award** Lapel pin mustbe 3/4" W x 1" H x 1/16" D. *Lapel pin must have the US Army logoimprinted on the front, centered in the middle. The lapel pin must havea secured clip on the back. Please see US Army logo in attachments.No other printing shall be on the lapel pin. PACKAGING: Items mustbe packaged 50 per master bag. Master bags must be a re-sealable(zip lock-type bag), NO twist ties. Bag must be of sufficient strengthand last at least up to one year of storage without discoloring.Contractor to ensure all bags, individual or master, do not crack, burstor split in shipping. Contractor to put unit bags in PSI 275 crush testmaster shipping boxes. Boxes not to exceed 45lbs each. MARKINGINSTRUCTIONS: Contractor to mark each master shipping box on theoutside (NOT ON THE TOP) with CONTRACT NUMBER, DELIVERYORDER NUMBER, PPI NUMBER, PPI NAME and total quantity. ThisShall be the only markings on the boxes. PALLETIZINGINSTRUCTIONS: Boxes will be placed on a pallet that is 48 wide by40 long with a 4 fork opening. Boxes will be stabilized with cardboardcorner braces on all 4 corners from top of skid to top layer of boxes.Corner braces will be strong enough to support pallets being stackedat least 2 pallets high, without buckling, toppling, shifting or crushingunder pressure. Boxes will be stacked no higher than 72 on the skid.The contractor will shrink wrap all boxes to the skid to prevent boxesfrom shifting or falling off skid during transport. Contractor to positionthe boxes on the skid to ensure content label is displayed. Contractorto put at least one (1) label outside of the shrink wrap to identifyproduct inside of boxes. Partial boxes will be labeled as such andplaced on the top of the skid. Multiple items must not be placed on thesame pallet, the requirement must be only one PPI specific item perpallet. A packing list must accompany each shipment. The packing listwill specify the following: Delivery Order Number, Component,Quantity per Carton, Total Carton Count, and Total Quantity. Astandard Bill of Lading will not be substituted for a packing list. Palletswill be refused if they do not comply with these instructions or if theyare double-stacked at the contractors expense. DELIVERY: Receiv, 25000, EA;
LI 002: Requested Specification: **Lapel Pin-US Army ROTC **PDF proof of itemmust be submitted NLT 5 days of contract award, physical sampleshall be submitted within 15 days of contract award** Lapel pin mustbe 3/4" W x 1" H x 1/16" D. *Lapel pin must have the US Army logoimprinted on the front, centered in the middle. The lapel pin must havea secured clip on the back. Please see US Army logo in attachments.No other printing shall be on the lapel pin. PACKAGING: Items mustbe packaged 50 per master bag. Master bags must be a re-sealable(zip lock-type bag), NO twist ties. Bag must be of sufficient strengthand last at least up to one year of storage without discoloring.Contractor to ensure all bags, individual or master, do not crack, burstor split in shipping. Contractor to put unit bags in PSI 275 crush testmaster shipping boxes. Boxes not to exceed 45lbs each. MARKINGINSTRUCTIONS: Contractor to mark each master shipping box on theoutside (NOT ON THE TOP) with CONTRACT NUMBER, DELIVERYORDER NUMBER, PPI NUMBER, PPI NAME and total quantity. ThisShall be the only markings on the boxes. PALLETIZINGINSTRUCTIONS: Boxes will be placed on a pallet that is 48 wide by40 long with a 4 fork opening. Boxes will be stabilized with cardboardcorner braces on all 4 corners from top of skid to top layer of boxes.Corner braces will be strong enough to support pallets being stackedat least 2 pallets high, without buckling, toppling, shifting or crushingunder pressure. Boxes will be stacked no higher than 72 on the skid.The contractor will shrink wrap all boxes to the skid to prevent boxesfrom shifting or falling off skid during transport. Contractor to positionthe boxes on the skid to ensure content label is displayed. Contractorto put at least one (1) label outside of the shrink wrap to identifyproduct inside of boxes. Partial boxes will be labeled as such andplaced on the top of the skid. Multiple items must not be placed on thesame pallet, the requirement must be only one PPI specific item perpallet. A packing list must accompany each shipment. The packing listwill specify the following: Delivery Order Number, Component,Quantity per Carton, Total Carton Count, and Total Quantity. Astandard Bill of Lading will not be substituted for a packing list. Palletswill be refused if they do not comply with these instructions or if theyare double-stacked at the contractors expense. DELIVERY: Receiv, 20000, EA;
LI 003: Requested Specification: **Lapel Pin-PaYs** **PDF proof of item mustbe submitted NLT 5 days of contract award, physical sample shall besubmitted within 15 days of contract award** Lapel pin must be 3/4" Wx 1" H x 1/16" D. *Lapel pin must have the PaYs logo imprinted on thefront, centered in the middle. The lapel pin must have a secured clipon the back. Please see PaYs logo in attachments. No other printingshall be on the lapel pin. PACKAGING: Items must be packaged 50per master bag. Master bags must be a re-sealable (zip lock-typebag), NO twist ties. Bag must be of sufficient strength and last at leastup to one year of storage without discoloring. Contractor to ensure allbags, individual or master, do not crack, burst or split in shipping.Contractor to put unit bags in PSI 275 crush test master shippingboxes. Boxes not to exceed 45lbs each. MARKING INSTRUCTIONS:Contractor to mark each master shipping box on the outside (NOT ONT NUMBER, PPI NUMBER, PPI NAME and total quantity. This Shall bethe only markings on the boxes. PALLETIZING INSTRUCTIONS:Boxes will be placed on a pallet that is 48 wide by 40 long with a 4fork opening. Boxes will be stabilized with cardboard corner braces onall 4 corners from top of skid to top layer of boxes. Corner braces willbe strong enough to support pallets being stacked at least 2 palletshigh, without buckling, toppling, shifting or crushing under pressure.Boxes will be stacked no higher than 72 on the skid. The contractorwill shrink wrap all boxes to the skid to prevent boxes from shifting orfalling off skid during transport. Contractor to position the boxes on theskid to ensure content label is displayed. Contractor to put at least one(1) label outside of the shrink wrap to identify product inside of boxes.Partial boxes will be labeled as such and placed on the top of the skid.Multiple items must not be placed on the same pallet, the requirementHE TOP) with CONTRACT NUMBER, DELIVERY must be only one PPI specific item per pallet. A packing list mustaccompany each shipment. The packing list will specify the following:Delivery Order Number, Component, Quantity per Carton, TotalCarton Count, and Total Quantity. A standard Bill of Lading will not besubstituted for a packing list. Pallets will be refused if they do notcomply with these instructions or if they are double-stacked at thecontractors expense. DELIVERY: Receiving hours are 7:30 a.m. to11:00 a.m. (EST) and 1:00 p.m. to 3:00 p.m. (EST), Monday throughFriday, excluding legal Federal holidays. NOTE: CONTRACTORMUST PROVIDE NUMBER OF BOXES AND NUMBER OF PALLETSFOR EACH DELIVERY BEFORE EACH SHIPMENT. INFORMATION, 2000, EA;
LI 004: First Article** Provide a .pdf rendering of the item to be printed showing the placement of the artwork files prior to producing a physical sample. Provide one each physical sample prior to production of the remaining quantity requested.Part Number: BADGEHOLDER(See attachment for specs)Description: 1. Material composition: ABS plastic, chrome platedsteel, clear vinyl strap, steel cord 2. Shape: Oval round 3. Dimensions:1.5 height x 1.25 width 4. Color: Black and white 5. US ARMY logoimprinted on front centered over white background, measuring 1.25height x 1 width, US ARMY yellow 123c 6. Features: Retractable,quiet pull steel cord 32 length 7. Packing: 500 pcs/carton Totalpieces: 5,000 Total cartons 10 Carton dimensions: 11.5 x 11.5 x 9Gross carton weight: 24 lbs. (11 kgs.)FOB: DestinationMFR PART NR: Unison Buy#1118855PURCHASE REQUEST NUMBER: 0011858294PSC CD: 9905NET, 30000, EA;
LI 005: First Article** Provide a .pdf rendering of the item to be printed showing the placement of the artwork files prior to producing a physical sample. Provide one each physical sample prior to production of the remaining quantity requested. ARMY RESERVE SIlicone Smart wallet (please see attachment for specifications), 20000, EA;
LI 006: First Article** Provide a .pdf rendering of the item to be printed showing the placement of the artwork files prior to producing a physical sample. Provide one each physical sample prior to production of the remaining quantity requested. US ARMY SIlicone Smart wallet (please see a, 30000, EA;
LI 007: First Article** Provide a .pdf rendering of the item to be printed showing the placement of the artwork files prior to producing a physical sample. Provide one each physical sample prior to production of the remaining quantity requested. US ARMY Patches (See attachment for WPecs), 25000, EA;
LI 008: rst Article** Provide a .pdf rendering of the item to be printed showing the placement of the artwork files prior to producing a physical sample. Provide one each physical sample prior to production of the remaining quantity requested. US ARMY STICKERS See attachment for SPecs), 10000, EA;
LI 009: rst Article** Provide a .pdf rendering of the item to be printed showing the placement of the artwork files prior to producing a physical sample. Provide one each physical sample prior to production of the remaining quantity requested. US ARMY RESERVE STICKERS See attachment for SPecs), 10000, EA;
LI 010: First Article** Provide a .pdf rendering of the item to be printed showing the placement of the artwork files prior to producing a physical sample. Provide one each physical sample prior to production of the remaining quantity requested. US ARMY RESERVES Patches (See attachment for WPecs), 20000, EA;
LI 011: First Article** Provide a .pdf rendering of the item to be printed showing the placement of the artwork files prior to producing a physical sample. Provide one each physical sample prior to production of the remaining quantity requested. ARMY ROTC SIlicone Smart wallet (please see attachment for specifications), 25000, EA;

Solicitation and Buy Attachments

***Question Submission: Interested Sellers 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 https://marketplace.unisonglobal.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, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller 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 Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com.Sellers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Sellers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Sellers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Sellers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.

Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.

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.

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 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 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.

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, for the extended description here is the website: https://www.acquisition.gov/

The associated North American Industrial Classification System (NAICS) codefor this procurement can be found. The small business sizestandard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf

5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer (Phone: (315)772-7272 or Email: usarmy.drum.acc-micc.mbx.micc@mail.mil). However, you may also file a protest to the 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 35 calendar 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. Headquarters U.S. Army Materiel CommandOffice of Command Counsel-Deputy Command Counsel4400 Martin RoadRm: A6SE040.001Redstone Arsenal, AL 35898-5000Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.milThe AMC-Level Protest procedures are found at: https://www.amc.army.mil/Connect/Legal-Resources/.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 GovernmentBuildings, 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, Materialinspection 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.

IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is a pass fail requirement. Evaluation is based on a lowest price technically acceptable.

No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an all-or-nothing basis.

Wide Area WorkFlow Payment Instructions

Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@army.mil or call 315-772-5582.

In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product. ****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****

Reporting During Contract Performance

Equal Opportunity
Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 45 WEST STREET
  • FORT DRUM , NY 13602-5220
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jun 28, 2023 05:16 pm EDTCombined Synopsis/Solicitation (Original)

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 >