Virginia Bids > Bid Detail

Family Program Marketing Material

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 83 - Textiles, Leather, Furs, Apparel and SHoes, Tents, Flags
Opps ID: NBD00159333513795913
Posted Date: Mar 26, 2024
Due Date: Apr 10, 2002
Solicitation No: W912LQ-24-Q-0ZGB
Source: https://sam.gov/opp/d19859bc43...
Follow
Family Program Marketing Material
Active
Contract Opportunity
Notice ID
W912LQ-24-Q-0ZGB
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7N5 USPFO ACTIVITY VA ARNG
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 26, 2024 12:50 pm EDT
  • Original Published Date: Mar 25, 2024 07:48 pm EDT
  • Updated Date Offers Due: Apr 10, 2002 02:00 pm EDT
  • Original Date Offers Due: Apr 10, 2002 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 25, 2002
  • Original Inactive Date: Apr 25, 2002
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 8315 - NOTIONS AND APPAREL FINDINGS
  • NAICS Code:
    • 315990 - Apparel Accessories and Other Apparel Manufacturing
  • Place of Performance:
    North Chesterfield , VA 23237
    USA
Description View Changes

AMENDMENT 0001 DATED MARCH 26, 2024



A. The purpose of this amendment is to revise the delivery date information included in this announcement and attachments, to add a requirement for vendors to provide delivery information with each priced line item, and add delivery as a basis for award factor.



1. All references to delivery dates May 8, 2024 and May 23, 2024 are hereby replaced with the following lanaguage: All products are required to be delivered between May 8, 2024 and June 5, 2024. Contract line items may be delivered separately during this time, however all quantities of the line item must be delivered at one time. Partial shipments of a single CLIN are not authorized. For example Contract Line Item Number (CLIN) 0001 may be delivered separate from CLIN 0020, but CLIN 0001 must be delivered in its entirety.



2. Vendors shall indicate by each priced line item the delivery date for the item quoted.



3. Delivery is hereby added to price and past performance as a factor to be considered when evaluating the quote(s) most advantageous to the Government.



B. All other terms and conditions remain unchanged.



END OF AMENDMENT 0001



1. GENERAL INFORMATION:





A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued.





B. The Family Program of the Virginia Army National Guard (VaARNG) is seeking to procure marketing items such as shirts, backpacks, water bottles, monthly planners, etc.



C. The Government will award a Firm Fixed-Price Contract resulting from this Request for Quote (RFQ). The associated North American Industrial Classification Systems (NAICS) code for this procurement is 315990 (Apparel Accessories and Other Apparel Manufacturing). The Product Service Code (PSC) is 8315 (Notions and Apparel Findings), with a business size standard of 500 employees. This requirement is a 100% Small Business Set-Aside solicitation, and only qualified offerors may submit quotes. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-03, dated February 23, 2024.



D. The Government will not pay for costs associated with the preparation of a quote in response to this combined synopsis/solicitation.





E. Payment will be made through the Wide Area Workflow (WAWF) application in accordance with DFARS clause 252.232-7006, Wide Area Workflow Payment Instructions.





F. Interested vendors agree to hold the prices in their quote firm for 90 calendar days from the date specified for the closing of this RFQ.





G. National Guard (NG) Agency Protest Program



NG Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns with the National Guard (NG) as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or another 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 NG protest decision goal is to resolve protests within 35 calendar days from filing. An agency protest may be filed with either the Contracting Officer or the NG Agency’s Protest Decision Authority, but not both, in accordance with NG protest procedures.





To be timely, the protests must be filed with the periods specified in FAR 33.103. To file a protest under the NG Agency Protest Program, the protest must request resolution under that program and be sent to the address below:





National Guard Bureau



Office of the Director of Acquisitions/ Head of Contracting Activity



ATTN: NGB-AQ-O



111 S. George Mason Dr.



Arlington, VA 22204



Email: ng.ncr.ngb-arng.mbx.ngb-task-order-ombudsman@mail.mil





All other agency-level protests should be sent to Contracting Officer Rebecca Fowler at rebecca.l.fowler6.civ@army.mil.





2. COMMUNICATION WITH THE GOVERNMENT:





A. Questions:





Submit written questions via email ONLY to contract specialist Katina Moore at katina.l.moore7.civ@army.mil. No phone calls will be accepted. Questions will be received until Tuesday April 2, 2024, no later than 11:00 a.m. Eastern Standard Time (EST).



B. Administrative Information:





1. Contracting Officer: Rebecca Fowler: rebecca.l.fowler6.civ@army.mil





2. Contract Specialist: Katina Moore: katina.l.moore7.civ@army.mil





3. ADDENDUM to 52.212-1, Instructions to Offerors – Commercial Items (Sep 2023)





Addendum to FAR 52.212-1(b), Submission of offers. The offeror shall submit an electronic copy of their dated quote via e-mail to katina.l.moore7.civ@army.mil solicitation number (W912LQ-24-Q-0ZGB) in the subject block by Wednesday April 10, 2024, no later than 2:00 PM EST. Facsimile quotes will not be accepted. Offerors who do not provide all the required information with their quote may be deemed NON-RESPONSIVE for further consideration for award. In addition to the items required by 52.212-1(b), the offeror shall complete and provide the following with their submission:



1. Signed and completed Information sheet (attachment 1)





2. Signed and completed 52.204-24 & 52.204-26, 52.212-3, 252.204-7016 & 7017, and 52.207-4 (attachment 2)





3. Product Description



4. Pricing for all contract line-item numbers (CLINs). Vendors may submit an alternate pricing schedule. However, each requirement must be identified as a priced requirement. The alternate price schedule shall be clear as the government will not make any assumption, and award may be made without discussions. Indicate by each priced item the delivery date. (attachment 4)



5. Relevant past performance in the last 24 months.



6. BASIS FOR AWARD:



The Government intends to award contract resulting from this solicitation to the responsible company whose quote, conforming to the solicitation, including quoting items which meet the characteristics identified in this notice, will be most advantageous to the Government, price and other factors considered. The factors to be considered for this solicitation are:



Price – Multiple awards may be considered. However, all items within a group must be quoted to be considered for that group. The total of each group will be calculated to determine the overall low price per group. A factor of $500.00 per award will be used per award to determine if it is in the best interest to make more than one award. This factor will not be added to the price of any award. Unit prices will be evaluated for reasonableness and balance. Attention is directed to Federal Acquisition Regulation (FAR) 52.207-4, Economic Purchase Quantity-Supplies, included in Attachment 2. The Groups are as defined below:



Group A: Contract Line Item Numbers (CLINs) 0001-0012 and 0015-0019



Group B: CLINs 0013 and 0014



Group C: CLIN 0020



Delivery Schedule - Annotate by each priced line item the product delivery date.



Past Performance – Include all Government and or commercial contracts performed in the last two years which are relevant to the requirements in this solicitation.



B. To be considered for an award, vendors shall have an active registration in the System for Award Management (SAM) at https://sam.gov. Vendors are responsible to ensure the representations and certifications in their SAM registration are accurate and current.



7. Provision and Clauses



A. The following FAR and DFARS provisions are incorporated by reference and apply to this solicitation:



52.204-7, System for Award Management (OCT 2018)

52.204-16, Commercial and Government Entity Code Reporting (AUG 2020)



52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020)



52.204-29, Federal Acquisition Supply Chain Security Act Orders-Federal Supply Schedules, Governmentwide Acquisition Contracts, and Multi-Agency Contracts (DEC 2023)



52.212-1, Instructions to Offerors Commercial Items (SEP 2023)



52.219-1, Small Business Program Representations (DEVIATION 2023-O0002), (JAN 2024)



252.204-7008, Compliance With Safeguarding Covered Defense Information Controls (OCT 2016)

252.204-7024, Notice on the use of the Supplier Performance Risk System (MAR 2023)



252.225-7055, Representation Regarding Business Operations with Maduro Regime (MAY 2022)



252.225-7059, Prohibition on Certain Procurements from Xinjiang Uyghur Autonomous Region-Representation (JUN 2023)

252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites—Representation (DEVIATION 2021-O0003) (APRIL 2021)



B. The following FAR and DFARS clauses are incorporated by reference and are applicable to this solicitation and any resulting award:



52.204-13, System for Award Management Maintenance (OCT 2018)

52.204-19, Incorporation By Reference Of Representation And Certifications (DEC 2014)



52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023)



52.204-30, Federal Acquisition Supply Chain Security Act Orders-Prohibition (DEC 2023)

52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services (NOV 2023)

52.232-39, Unenforceability of Unauthorized Obligations (June 2013)



52.246-2, Inspection of Supplies-Fixed Price (AUG 1996)

252.203-7002, Requirement To Inform Employees Of Whistleblower Rights (DEC 2022)



252.204-7000, Disclosure of Information (OCT 2016)

252.204-7003, Control Of Government Personnel Work Product (APR 1992)

252.204-7009, Limitations on the Use or Disclosure of Third-Party (OCT 2016)

252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (JAN 2023)

252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023)

252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023)

252.204-7022, Expediting Contract Closeout (MAY 2021)



252.225-7001, Buy American and Balance of Payments Program—Basic (JAN 2023)



252.225-7002, Qualifying Country Sources as Subcontractors (MAR 2022)

252.225-7012, Preference For Certain Domestic Commodities (APR 2022)



252.225-7013, Duty-Free Entry (DEC 2022)



252.225-7036, Buy American—Free Trade Agreements—Balance of Payments Program—Basic (NOV 2023)

252.225-7048, Export-Controlled Items (JUN 2013)



252.225-7056, Prohibition Regarding Business Operation with the Maduro Regime (JAN 2023)



252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation (JUN 2023)



252.225-7061, Restrictions on the Acquisition of Personal Protective Equipment and Certain Other Items from Non-Allied Foreign Nations (JAN 2023)

252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)

252.232-7010, Levies on Contract Payments (DEC 2006)

252.232-7017, Accelerating Payments to Small Business Subcontractors-- Prohibition on Fees and Consideration (APR 2020)

252.243-7001, Pricing Of Contract Modifications (DEC 1991)

252.244-7000, Subcontracts for Commercial Items and Commercial Components (DoD Contracts) (NOV 2023)



252.247-7023, Transportation of Supplies by Sea (JAN 2023)



C. The following FAR and DFARS provisions are incorporated by full text and apply to this solicitation and any resulting award. Full text of a provision may be accessed electronically at https://www.acquisition.gov. Supplemental information for applicable provisions is provided below.

52.204-22, Alternate Line Item Proposal (JAN 2017)

52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) – see attachment number 2

52.204-26, Covered Telecommunications Equipment or Services-Representation (OCT 2020) – see attachment number 2

52.207-4, Economic Purchase Quantity-Supplies (AUG 1987) – see attachment 2



52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (DEVIATION 2024-O0002) (JAN 2024) – see attachment number 2



52.212-3, Offeror Representations and Certifications – Offeror Representations and Certifications—Commercial Products and Commercial Services—Alternate I (DEVIATION 2024-O0002) (JAN 2024)



52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998)



This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):



https://www.acquistion.gov



(End of Provision)



52.252-5, Authorized Deviations in Provisions (NOV 2020)



As prescribed in 52.107(e), insert the following provision in solicitations that include any FAR or supplemental provision with an authorized deviation. Whenever any FAR or supplemental provision is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the provision when it is used without deviation, include regulation name for any supplemental provision, except that the contracting officer shall insert "(DEVIATION)" after the date of the provision.



a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision.



(b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (DFARS) (48 CFR Chapter__2____) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.



(End of provision)



252.204-7016, Covered Defense Telecommunications Equipment or Services – Representation (DEC 2019) – see attachment number 2

252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services – Representation (MAY 2021) - see attachment number 2





D. The following FAR and DFARS clauses are incorporated by full text and apply to this solicitation and any resulting award. The full text of a clause may be accessed electronically at https://www.acquisition.gov. Supplemental information for the applicable clause is provided below.



52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services (DEC 2023)



The following FAR clauses included in 52.212-5 are applicable to this acquisition:

52.203-19 (JAN 2017),



52.204-10 (JUN 2020),

52.204-23 (DEC 2023),

52.204-25 (NOV 2021),

52.209-10 (NOV 2015),



52.222-19, (FEB 2024),

52.233-3 (AUG 1996),

52.233-4 (OCT 2004),

52.219-6 (NOV 2020),



52.219-28 (SEP 2021),

52.222-3 (JUN 2003),

52.222-21 (APR 2015),

52.222-26 (SEPT 2016),

52.222-36 (JUN 2020),



52.222-50 (NOV 2021),

52.223-18 (JUN 2020),



52.224-3 (JAN 2017),

52.225-13 (FEB 2021),

52.232-33 (OCT 2018),



52.232-40 (MAR 2023)



52.252-2, Clauses Incorporated by Reference (FEB 1998)



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 their full text available. Also, the fill text of a clause may be accessed electronically at these/these address(es)



https://www.acquisition.gov/



(End of Clause)



52.252-6, Authorized Deviations in Clauses (NOV 2020)



(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.



(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (DFARS) (48 CFR _2____) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.



(End of Clause)



252.232-7006 Wide Area Workflow Payment Instructions (JAN 2023)



(a) Definitions. As used in this clause—



“Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifies a unit, activity, or organization.



“Document type” means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).



“Local processing office (LPO)” is the office responsible for payment certification when payment certification is done external to the entitlement system.



“Payment request” and “receiving report” are defined in the clause at 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports.



(b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports.



(c) WAWF access. To access WAWF, the Contractor shall—



(1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and



(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site.



(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/



(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.



(f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order:



(1) Document type. The Contractor shall submit payment requests using the following document type(s):



(i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher.



(ii) For fixed price line items—



(A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer.



Combo



(B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer.



not applicable



(iii) For customary progress payments based on costs incurred, submit a progress payment request.



(iv) For performance based payments, submit a performance based payment request.



(v) For commercial financing, submit a commercial financing request.



(2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract.



[Note: The Contractor may use a WAWF “combo” document type to create some combinations of invoice and receiving report in one step.]



(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.



Routing Data Table*



Field Data Table Data to be entered in WAWF



Pay Official DoDAAC HQ0670



Issued by DoDAAAC W912LQ



Admin DoDAAC W912LQ



Inspect by DoDAAC not applicable



Admin DoDAAC not applicable



Inspect by DoDAAC not applicable



Ship to Code not applicable



Ship from Code not applicable



Mark for Code not applicable



Service Approver (DoDAAC) Not applicable



Service Acceptor (DoDAAC) not applicable



Accept at Other (DoDAAC) W801GJ



LPO DoDAAC not applicable



DCAA Auditor DoDAAC not applicable



Other DoDAAC not applicable



(4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable.



(5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F.



(g) WAWF point of contact.



VAARNGASO@army.mil



(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity’s WAWF point of contact.



Katina.l.moore7.civ@army.mil and David.a.pickard.civ@army.mil



(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.



(End of Clause)



Attachments:



1. Information Sheet



2. Reps & Certs



3. CYS-FP Materials Purchase Description



4. Pricing schedule


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • KO FOR VAARNG DO NOT DELETE WSH15H DSCR 8000 JEFFERSON DAVIS HW
  • RICHMOND , VA 23297-0000
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >