The RFP Database
New business relationships start here

Recruiting and Retention RPI


Utah, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

his combined synopsis/solicitation and is being issued as a total Women Owned small Business set aside. The Northern America Industry Classification System Code (NAICS) is 541870, Advertising Material Distribution Services. The size standard is $15.0 million. This combined synopsis/solicitation shall be the only request for quote; an addition solicitation will not be published. The Government will not be liable for any cost associated with preparing and providing quote and retains the right to withdraw this notification at any time without notice The Utah Army National Guard has a requirement to purchase the following:

Item 01, 192 each, 5-in-1 Compact Stainless Steel Survival Tool;
Item 02, 1000 each, Outdoor 25oz Folding Silicone Water Bottles (500 Red and 500 Blue);
Item 03, 500 each, Bigger Bobber for Fishing (250 red/white 250 blue/white);
Item 04, 20000 each, lanyards - 1" wide, 4 color imprint 2 sides with buckle release and lobster clip and breakaway at neck;
Item 05, 5000 each, 8mm Carabiner Keyholder;
Item 06, 2500 each, Color Pop Drawstring Bags (Clinch Packs);
Item 07, 5000 each, Collapsible Phone Stands;
Item 08, 2500 each, Woodgrain Sunglasses;
Item 09, 15000 each Multi-cam Camouflage #2 Pencils;
Item 10, 10000 each Retractable Ballpoint Click Stick Pens;
Item 11, 10000 Ink Joy 300 R/T Retractable Ball Point Pen;
Item 12, 100 each, 20oz Hakyon Sports Bottle, Full Color Digital;
Item 13, 2500 each, Taffy Multi-use Grip Holder;
Item 14, 2500 each, The Metal Twister Cell Phone Ring Holder Phone Stand;
Item 15, 10 each, Olive Drab Backpack and Stool Combination Embroidered.


All the above items will have the Utah Army National Guard logo on them. Coordination will be made with successful quoting vendor to ensure proper logo and placement.


Evaluations Factors: Award will be made on the basis of best value. Price will be the primary consideration. Delivery time, and technical specifications may also be considered equal importance to price; Please include expected delivery time and full description and specifications with your proposal. The Government may elect to award to other than lowest price.


All firms or individuals responding must meet all standards required to conduct business with the Government,including registration with SAM and WAWF/iRAPT, and be in good standing with the Government. The System for Award Management (SAM) and Federal Awardee Performance and Integrity Information System (FAPISS) will be
reviewed for responding vendors to determine if the vendor is in good standing . All qualified responses will be considered by the Government. Quotes must include CAGE/DUNS number, federal tax number and company's
point of contact information. Please provide your submission to the United States Property and Fiscal Office Purchasing and Contracting Division no later than the indicated date and time. All submissions should be sent via email to: otha.b.henderson.mil@mail.mil. Facsimiles are not acceptable. Question regarding this
requirement must be submitted via email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered.


In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing. Offers may obtain information on registration at www.sam.gov . Failure to provide SAM registration may result in your quote being disqualified from consideration.


The following provisions and clauses are applicable to this solicitation:
FAR 52.202-1 - Definitions
FAR 52.203-3 - Gratuities
FAR 52.203-6 Alt 1 - restrictions on Subcontractor Sales to the Government
FAR 52.204-4 - Printed or Copied Double Sided or Post-consumer Fiber Content Paper
FAR 52.204-7 - Central Contractor Registration
FAR 52.204-10 - Reporting Executive Compensation and First-tier Subcontracting Awards
FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred,
Suspended, or Proposed for Debarment
FAR 52.212-1 - Instructions to Offerors
FAR 52.212-3 Alt 1 - Offeror Representations and Certifications-Commercial Items
FAR 52.212-4 - Terms and Conditions - Commercial
FAR 52.212-5 - Dev - Statutes/Exec Orders
FAR 52.219-1 (Alt I) - Small Business Program Representation
FAR 52.219-6 - Notice of Total Small Business Set-Aside
FAR 52.219-8 - Utilization of Small Business Concerns
FAR 52.219-14 - Limitations on Subcontracting
FAR 52.219-28 - Post-award Small Business Program Representations
FAR 52.222-3 - Convict Labor
FAR 52.222-21 - Prohibit Segregated Facilities
FAR 52.222-22 - Previous Contract and Compliance Reports
FAR 52.222-25 - Affirmative Action
FAR 52.222-26 - Equal Opportunity
FAR 52.222-35 - Equal Opportunity for Veterans
FAR 52.222-36 - Affirmative Action for Workers W ith Disabilities
FAR 52.222-37 - Employment Reports on Special Disabled Vete rans
FAR 52.222-40 - Notification of Employees Rights Under the Nationa l Labor Relations Act
FAR 52.222-41 - Service Contract Act of 1965
FAR 52.222-42 - Statement of Equivalent Rate s for Federal Hires
FAR 52.222-43 - Fair Labor Standards Act and Service Contracts Act Price Adjustment (Multiple Year and Option
Contracts)
FAR 52.22 2-50 - Combating trafficking in Persons
FAR 52.222-54 - Employment Eligibility Verification
FAR 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving
FAR 52.225-23 - Restrictions on Certain Foreign Purchases
FAR 52.225-25 - Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran -
Representation and Certifications
FAR 52.232-1 - Payments
FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration
FAR 52.233-1 - Disputes
FAR 52.233-2 - Service of Protest
FAR 52.233-3 - Protest After Award
FAR 52.233-4 - Applicable Law for Breach of Contract Claim
FAR 52.243-1 (Alt 1) - Changes-Fixed Price
FAR 52.247-34 - FOB Destination
FAR 52.249-4 - Termination for Convenience of the Government (Services)(Short Form)
FAR 52.252-1 - Provisions Incorporated by Reference
FAR 52.252-2 - Clauses Incorporated by Reference
FAR 52.252-5 - Authorized Deviations in Provisions
FAR 52.252-6 - Authorized Deviation in Clauses
DFARS 252.203-7000 - Requirement Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 - Requirements to Inform Employees of Whistleblower Rights
DFARS 252.204-7003 - Control of Government Personnel Work Product
DFARS 252.204-7004 Alt A - Required Central Contractor Registration
DFARS 252.209-7995 - Representation by Corporations Regarding Un paid Delinquent Tax Liability of a Felony
Conviction Under Any Federal Law
DFARS 252.212-7000 - Offeror Representations and Certification Required to Implement Status of Executive
Orders Applicable to Defense Acquisition of Commercial Items
DFARS 252.212-7001 - Dev Terms and Conditions
DFARS 252.225-7001 - Buy America Act and Balance of Payments Program
DFARS 252.225-7002 - Qualifying Country as Subcontractors
DFARS 252.225-7012 - Preference for Certain Domestic Commodities
DFARS 252.232-7003 - Electronic Submission of Payment Requests
DFARS 252.232-7010 - Levies on Contract Payments
DFARS 252.237-7010 - Prohibition of Interrogation of Detainees by Contract Personnel
DFARS 252.243-7001 - Pricing of Contract Modifications
DFARS 252.243-7002 - Requests for Equitable Adjustment.


FAR 52.252-2 Clauses Incorporated by Reference. 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 full text available. Also, the full text of a clause may be accessed electronically at http://farsite.hill.af.mil/ .


IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award. Prospective vendors should visit the SAM website at http://www.sam.gov/start.aspx to register.


Otha B Henderson, Contract Specialist, Phone 8014324093, Email otha.b.henderson.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP