R7--Writing Instruments

Agency: DEPT OF DEFENSE
State: Kentucky
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159753602732939
Posted Date: Feb 10, 2023
Due Date: Feb 16, 2023
Solicitation No: AMDC0123230002
Source: Members Only
Follow
R7--Writing Instruments
Active
Contract Opportunity
Notice ID
AMDC0123230002
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 10, 2023 03:12 pm EST
  • Original Published Date: Feb 08, 2023 02:40 pm EST
  • Updated Date Offers Due: Feb 16, 2023 11:00 am EST
  • Original Date Offers Due: Jan 30, 2023 04:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Aug 15, 2023
  • Original Inactive Date: Jul 29, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: R701 - SUPPORT- MANAGEMENT: ADVERTISING
  • NAICS Code:
    • 339940 - Office Supplies (except Paper) Manufacturing
  • Place of Performance:
    Accessions Ditribution Center (ADC) , KY 40121-2726
    USA
Description View Changes
AMENDMENT NOTICE: 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 AMDC0123230002 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 2023-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 339940 with a small business size standard of 750.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors 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:

2023-02-16 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Fort Knox, KY 40121

The MICC End User requires the following items, Brand Name or Equal, to the following:
LI 001: **First Article** Provide a .pdf, within 1 week of contract award, 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 within 2 weeks of artwork approval.

**PPI 159** Pencil, Round #2 Lead

Size: Approximately 7.5” long X 5.16” in diameter.

Description: Pencil, Round # 2 lead, wood, pencil Color: Black, Ferrule Color: Black, Eraser Color: White, unsharpened.

Colors Used: Black, white, and yellow. Yellow color shall be PMS 123C.

Standard Imprint: Shall include the Army Star Logo. To the right of logo, imprinted in yellow text, Interstate Bold font, to read: goarmy.com

Packaging: The contractor shall package 25 pencils each in clear bags; sealed on three sides and have a zipper type opening (re-sealable) at the top. Sealing such as twist ties, tape, rubber bands, etc., are not acceptable. Pencils must be solid packed without movement within the package. Material and thickness for the clear packaging must not degenerate, discolor, crack, burst or split in shipping or in storage for a minimum of 1 year. Each clear bag will be marked with the exact PPI number-PPI159.

Master Bag. Label on master box will include the number of individual boxes within as well as quantity of individual boxes and total quantity enclosed. (Example: Quantity 100 boxes of 25 = 2,500 total in box) MARKING INSTRUCTIONS: Contractor to mark on the outside of each box, on the side, (NOT ON THE TOP OF THE BOX) with PPI 159, ARMY PENCILS and total quantity in box. NOTE: IF ITEMS COME IN WITHOUT THE PROPER MARKINGS ON THE BOXES AS SHOWN ABOVE, THE BOXES WILL BE REFUSED AND SENT BACK TO THE VENDOR AT NO COST TO THE GOVERNMENT. NOTE: Company name MUST NOT appear anywhere on the item nor wrapper. Contractor to put unit bags in PSI 275 master shipping containers, not to exceed 45 lbs. Master boxes must be sealed on all four sides. Each master box will be marked on the side as shown in the example:

PPI 159, Army Pencils, 50 bags of 25 each = 1,250

Shipping Containers:
Boxes will be placed on a pallet that is 48" wide by 40" long with a 4" fork opening. Boxes will be stabilized with cardboard corner braces on all 4 corners from top of skid to top layer of boxes. Corner braces will be strong enough to allow the government to stack the pallets at least 2 pallets high, without buckling, toppling or crushing. Boxes will be stacked no higher than 72" on the skid. Boxes will weigh no more than 45 pounds. The loads will not buckle or shift under pressure. The contractor will shrink wrap all boxes tight enough onto the skid to prevent boxes from shifting or falling off skid during transport. Contractor to face the boxes on the skid to show the label of the box and what is inside the box. 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. A packing list must accompany each shipment. The packing list will specify the following:

Component, Quantity per Carton, Total Carton Count, Total Quantity., 100000, EA;
LI 002: **First Article** Provide a .pdf, within 1 week of contract award, 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 within 2 weeks of artwork approval.

**PPI 155** Pen, Ballpoint

Size: Approximately 5.5” diameter L X approximately .39”diameter.

Description: Metal Ballpoint Pen - Aluminum barrel, ballpoint pen with shiny black lacquer coating on barrel. Clip, tip, ring, retractable button on top are gold colored. Size 5.5" L x Approx. 0.39" Dia. Black medium point, black ink. Pens will be custom imprinted as follows.

Barrel Imprint: Shall include the Army Star Logo which shall be to the right of logo, imprinted in gold text, Interstate Bold font, to read: "goarmy.com". Under the website shall read "1-800-USA-ARMY"

Packaging:
a. Individual Pen Bag. The contractor shall place each pen in an individual bag. The bag shall be sealed on all sides to protect the pen and prevent the item from falling out of the bag.

b. Master Bag. Each individual bag shall then be placed in a master bag with no more than 25 pens per master bag. Master bags shall be sealed on three sides and have a zipper type opening (re-sealable) at the top. Master bag shall be of sufficient strength to withstand 1 year of storage without breaking or discoloring. Each master bag shall be marked with the exact PPI number as identified on delivery orders.
Example:
PPI 155, ARMY COI Ballpoint Pen, Quantity 25

Shipping Containers:
1. Contractor shall utilize PSI 275 master shipping containers and package master bags inside containers. Contractor shall package master bags to prevent cracking, bursting, or splitting during shipment. Shipping containers shall not exceed 45 pounds in weight. Containers over this weight limit will be refused at time of delivery.

2. Contractor shall mark one side of each box (NOT THE TOP) with the exact PPI number as identified on delivery orders.

Example:
PPI 155, COI Ballpoint Pen
Box # ___ of ____, Quantity packed inside _____ and number of master bags packaged within.

Boxes will be placed on a pallet that is 48" wide by 40" long with a 4" fork opening. Boxes will be stabilized with cardboard corner braces on all 4 corners from top of skid to top layer of boxes. Corner braces will be strong enough to allow the government to stack the pallets at least 2 pallets high, without buckling, toppling or crushing. Boxes will be stacked no higher than 72" on the skid. Boxes will weigh no more than 45 pounds. The loads will not buckle or shift under pressure. The contractor will shrink wrap all boxes tight enough onto the skid to prevent boxes from shifting or falling off skid during transport. Contractor to face the boxes on the skid to show the label of the box and what is inside the box. 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. A packing list must accompany each shipment. The packing list will specify the following:

Component, Quantity per Carton, Total Carton Count, Total Quantity., 50000, EA;
LI 003: **First Article** Provide a .pdf, within 1 week of contract award, 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 within 2 weeks of artwork approval.

**PPI681**Description: Pen, Ballpoint, COI
Size: Approximately 5.5” diameter L X approximately .39”diameter.
Description: COI Metal Ballpoint Pen - Aluminum barrel, ballpoint pen with shiny black lacquer coating on barrel. Clip, tip, ring, retractable button on top are gold colored. Size 5.5" L x Approx. 0.39" Dia. Black medium point, black ink. Pens will be custom imprinted as follows.

BARREL IMPRINT: Shall include the ROTC Logo which shall be to the right of logo, imprinted in gold, Interstate Bold font, copy to read: "goarmy.com/rotc" under the website shall read "1-800-USA-ARMY"

Packaging:
a. Individual Pen Bag. The contractor shall place each pen in an individual bag. The bag shall be sealed on all sides to protect the pen and prevent the item from falling out of the bag.

b. Master Bag. Each individual bag shall then be placed in a master bag with no more than 25 pens per master bag. Master bags shall be sealed on three sides and have a zipper type opening (re-sealable) at the top. Master bag shall be of sufficient strength to withstand 1 year of storage without breaking or discoloring. Each master bag shall be marked with the exact PPI number as identified on delivery orders.
Example:
PPI 681, ROTC COI Ballpoint Pen, Quantity 25

Shipping Containers:
1. Contractor shall utilize PSI 275 master shipping containers and package master bags inside containers. Contractor shall package master bags to prevent cracking, bursting, or splitting during shipment. Shipping containers shall not exceed 45 pounds in weight. Containers over this weight limit will be refused at time of delivery.

2. Contractor shall mark one side of each box (NOT THE TOP) with the exact PPI number as identified on delivery orders.

Example:
PPI 681, ROTC COI Ballpoint Pen
Box # ___ of ____, Quantity packed inside _____ and number of master bags packaged within.

Boxes will be placed on a pallet that is 48" wide by 40" long with a 4" fork opening. Boxes will be stabilized with cardboard corner braces on all 4 corners from top of skid to top layer of boxes. Corner braces will be strong enough to allow the government to stack the pallets at least 2 pallets high, without buckling, toppling or crushing. Boxes will be stacked no higher than 72" on the skid. Boxes will weigh no more than 45 pounds. The loads will not buckle or shift under pressure. The contractor will shrink wrap all boxes tight enough onto the skid to prevent boxes from shifting or falling off skid during transport. Contractor to face the boxes on the skid to show the label of the box and what is inside the box. 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. A packing list must accompany each shipment. The packing list will specify the following:, 10000, EA;

Solicitation and Buy Attachments

***Question Submission: Interested offerors 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. 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 Offerors 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. Offerors that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors 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 offerors 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) 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

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 Command

Office of Command Counsel-Deputy Command Counsel

4400 Martin Road

Rm: A6SE040.001

Redstone Arsenal, AL 35898-5000

Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil

The 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 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.

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*****

Representation and Representation Disclosures

The form(s) included in the buy must be returned with your quote. Failure to return the form(s) with your quote will result in your quote not being considered for award.

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

Related Document

Feb 8, 2023[Combined Synopsis/Solicitation (Updated)] R7--Writing Instruments
Feb 9, 2023[Combined Synopsis/Solicitation (Updated)] R7--Writing Instruments

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 >