Federal Bid

Last Updated on 26 Feb 2020 at 4 AM
Combined Synopsis/Solicitation
Fort stewart Georgia

99--Sexual Harassment/Assault Educational Awareness Items

Solicitation ID STEWARTSHARPCM0001
Posted Date 26 Aug 2019 at 3 PM
Archive Date 25 Feb 2020 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fedbid.Com -- For Department Of Army Procurements Only
Agency Department Of Defense
Location Fort stewart Georgia United states 31314
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 STEWARTSHARPCM0001 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 2019-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 339999 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-08-29 15:30:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be Fort Stewart, GA 31314

The MICC End User requires the following items, Brand Name or Equal, to the following:
LI 001: Description: 3-Piece Charging Cable set Teal colored Slide out phone stand Includes charging cables with type C, and a micro USB/Lightening split cable. Used with both Apple and Android phones. Add 1 color imprint to the clear storage case lid (SHARP hotline numbers) Specifications: Product Size: 2.79" W, 2.79" H, 0.748" D Imprint Area: 1.5" W; 1.5" H Weight: 0.108 lbs. Production Time: 14 Working Days., 1186, EA;
LI 002: Description: Teal colored Full color imprint • Sticks flat to the back of your phone, tablet or case with its rinsable, repositionable gel. •Once extended, the PopSockets® becomes a media stand for your device or a photo or texting grip Add your 1 color imprint (SHARP hotline numbers) Specifications Product Size: 1.53" W, 0.26" H Imprint Area: 1.53" D Weight: 0.075 lbs. Production Time: 14 Working Days., 1500, EA;
LI 003: Description Teal colored silicone inserts included matching microfiber drawstring teal pouch. Included 1 color imprint to pouch (SHARP hotline numbers/logo) Specifications Product Size: 2.5" W, 4" H Imprint Area: 1.75" W; 2" H Weight: 0.033 lbs. Production Time: 11 Working Days., 1250, EA;
LI 004: Description: Teal colored 20 oz. Mixer bottle includes a wire sphere whisk Features include a pour-through lid with flip cap ounce and metric marks on the bottle (add SHARP hotline numbers/logo) Specifications: Product Size: 5.25" H, 3.500" Dia Imprint Area: 2.5" H 2.25" D Weight: 0.361 lbs. Production Time: 12 Working Days., 576, EA;
LI 005: Description: Custom smart wallet with microfiber screen cleaner. 3M adhesive back securely attaches to the back of cells phones. Features- a removable/re-stickable screen clean Capable of being imprinted with up to 4-color image and/or text (SHARP hotline numbers/logo) Specifications: Product Size: 2.25" W, 3.375" H Imprint Area: 1.8" W; 2" H Weight: 0.025 lbs. Production Time: 15 Working Days., 2500, EA;

Solicitation and Buy Attachments

***Question Submission: Interested Offerers 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.UnisonMarketplace.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, Inc. Unison Marketplace 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 Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at [email protected]. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or [email protected] 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.
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, 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.

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 more important than price.

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 - [email protected] or call 315-772-5582.

Bid Protests Not Available

Similar Past Bids

Fort stewart Georgia 23 Sep 2019 at 8 PM
Location Unknown 17 Aug 2016 at 2 PM
Location Unknown 09 Mar 2017 at 2 PM
Fort knox Kentucky 24 Jul 2014 at 7 PM

Similar Opportunities

Location Unknown 09 Jul 2025 at 4 AM
Nebraska 14 Feb 2026 at 5 AM
Massachusetts 30 Jun 2032 at 8 PM
Boston Massachusetts 30 Jun 2032 at 8 PM