Federal Bid

Last Updated on 06 Mar 2019 at 9 AM
Solicitation
Fort knox Kentucky

Lanyards with custom logos for US Army Marketing and Research Group, Fort Knox, KY

Solicitation ID W9124D-19-R-0023
Posted Date 06 Feb 2019 at 6 PM
Archive Date 06 Mar 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside 8(a) Set-Aside (FAR 19.8)
Contracting Office Not Specified
Agency Department Of Defense
Location Fort knox Kentucky United states 40121
 

MICC - Fort Knox intends to issue a request for quote (RFQ) for lanyards with an estimated quantity of 2,597,015 per year.  The Government anticipates award of a firm fixed price contract for lanyards, Personal Presentation items (PPIs) 402, 151, 504, 674 and 700 for the Army Marketing and Research Group (AMRG), Fort Knox, Kentucky.  The base period is estimated to be 01 March 2019 through 28 February 2020 with two (2) one-year option periods.

Lanyards shall be constructed of high quality flat polyester material.  The weave of lanyard material must be tight, no loose threads or snags.  Material should be 3/4" Heavy Duty Woven Lanyard with Abrasion Resistance, High Tenacity, Eco-Friendly Shuttleless Jacquard Weaving100% Polyester.  The completed product shall measure approximately 3/4" W x 18-7/8" L with a convenient side squeeze buckle for releasing the lower segment for card swiping and keyless entry systems.  Lanyard shall have a detachable buckle at the end with a heavy-duty nickel-plated split key ring attached to the buckle on the end opposite the breakaway clip.

This requirement is set aside for 8(a) competitive offers.  Contractors shall comply with the Berry Amendment for textile.  The Berry Amendment restricts the Department of Defense (DoD) from procuring certain items that are not grown, produced, reprocessed or reused in the United States (U.S.).  In order to be Berry Amendment compliant, ALL processing/manufacturing of this product, and its components, must be done in the United States and ALL of the material must be domestically sourced.  The end items, components and materials must be wholly of U.S. origin.  This requirement for domestic origin flows down through all tiers of suppliers.  The prime contractor would responsible for verifying the source of all materials and components from proposed subcontractors or suppliers NAICS is 315990.  Size standard: 500 employees.

Solicitation will be issued on 08 February 2019 with quotes due on 19 February 2019, 12:00 p.m. EST. Please note these dates are subject to change.  All amendments to the solicitation will be likewise posted to this website.  Contractors are cautioned to check this website for amendments.  All contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract.  Offerors shall ensure SAM registration.  The official SAM website is https://www.sam.gov/portal/public/SAM/. All quotes shall be emailed to [email protected].  All offers shall be submitted no later than the date and time specified for receipt (see Block 8 on the SF 1449 or the latest issued amendment).  Award will be made to the lowest priced, responsive, responsible offeror.

Bid Protests Not Available

Similar Past Bids

Columbus Ohio 26 Aug 2020 at 4 AM
Ohio 31 Mar 2021 at 4 AM
Location Unknown 20 Aug 2019 at 12 AM

Similar Opportunities

Fort knox Kentucky 15 Oct 2025 at 4 AM (estimated)
Fort knox Kentucky 31 Jul 2025 at 5 PM
Fort knox Kentucky 31 Jul 2025 at 5 PM
Fort knox Kentucky 15 Jul 2025 at 4 AM (estimated)