Suicide Prevention Promotional Items

expired opportunity(Expired)
From: Federal Government(Federal)
W911YP23R0027

Basic Details

started - 22 Aug, 2023 (8 months ago)

Start Date

22 Aug, 2023 (8 months ago)
due - 28 Aug, 2023 (8 months ago)

Due Date

28 Aug, 2023 (8 months ago)
Bid Notification

Type

Bid Notification
W911YP23R0027

Identifier

W911YP23R0027
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710336)DEPT OF THE ARMY (133309)NGB (17539)W7N3 USPFO ACTIVITY UT ARNG (286)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (5)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SOLICITATION: W911YP23R0027AGENCY/OFFICE: Utah Army National Guard / USPFODELIVERY LOCATION: Utah Army National Guard, 12953 South Minuteman Drive, Draper, UT 84020SUBJECT: Suicide Prevention Promotional ItemsRESPONSE DUE DATE: 07:00am MST 28 Aug 2023CONTRACTING POC: Otha Henderson; Email: otha.b.henderson.civ@army.mil .Description: This requirement is being solicited as a total small business set-aside. Only quotes from registered small businesses in SAM.gov will be accepted.This is a combined synopsis solicitation for the Utah Army National Guard for the requirement of suicide prevention promotional items under solicitation number W911YP23R0027. This solicitation is 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 separate written
solicitation will not be issued. This solicitation is issued as a request for quote (RFQ).This acquisition is being solicited as a total small business set-aside under NAICS code 339999, Other Miscellaneous Manufacturing, which has a small business size standard of 500 employees (www.sba.gov). For vendors’ quotes to be considered, you must be registered in the System for Award Management (SAM), at HTTPS://WWW.SAM.GOV as a small business under this or very similar NAICS code. Wholesaler NAICS codes will not be accepted. Delivery is an important consideration and is preferred to occur within 30 days ARO, but no later than 90 days ARO. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. This requirement is subject to availability of funding per FAR 52.232-18.Suicide Prevention Promotional ItemsThe items and quantities are listed on the attachment titled, “Suicide Prevention Items Bulk Purchase 9 Aug 2023.”Some minor variation may be allowable in the description of actual items quoted, but must not differ significantly, not be used for different purposes, and must be comparable to items quoted by other vendors. The acceptability of differing items will be at the discretion of the technical evaluation and the substitute item must clearly identify which item it is replacing.All items will be decorated with the following: “Text or Call 988 Suicide & Crisis Lifeline”The Utah National Guard (UTNG) logo will be decorated on items customarily printed/embossed with organizational logos.Please see the attachment for additional details.COVID-19 Notice:Currently, the Utah National Guard does not require mask wearing in the building or require proof of vaccination. Mask requirements can change and if so, please follow the guideline below:FRAGORD 1 to OPORD 22-004 states:3.I.3.D.1. (U) [Add] When the CDC COVID-19 Community Level is high in the county where a UTNG installation or facility is located, indoor mask-wearing is required for all Service Members (SMs), DoD civilian employees, onsite DoD contractor personnel (collectively, "DoD personnel"), and visitors, regardless of vaccination status. 3.I.3.D.2. (U) [Add] The screening testing program required by reference (e) shall be utilized in that installation or facility.3.E.2.(U) Directorates, supervisors, and commanders at all levels will continue to conduct COVID-19 screening and testing of Service Members, DoD employees, federal civilian employees, official visitors and designated contractors that have a pending or approved permanent exemption or who refuse to disclose COVID-19 vaccination status.Contract Type / Evaluation Criteria:This RFP is subject to availability of funds per FAR 52.232-18. The contract type for this procurement will be firm-fixed price and award evaluation criteria will be based on an all or none basis using Lowest Price Technically acceptable (LPTA) evaluation criteria for all items conforming to the minimum requirements and specifications of items listed. Offers that do not meet minimum technical requirements or vendors not registered with SAM.gov or not in good standing with the government, as determined by SAM.gov and risk reporting reviews, will not be considered for award. The offer must be registered in System for Award Management (SAM) and be in good standing with the government to be eligible for award.Set-Aside / FAR Regulation:Any award resulting from this solicitation will be made using a total small business set-aside order of precedence as follows:In accordance with FAR Subpart 19.502-2 Total Small Business Set-Aside Procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2. If there are no acceptable offers from small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns.SAM Registration: 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. All qualified responses will be considered by the government. In addition to providing pricing each quote must include vendor's CAGE/ Unique Entity ID Number (UEIN), federal tax number, and must include point of contact information. Prospective offerors may obtain information on registration at WWW.SAM.GOV. IAW FAR 52.204-7 and DFARS 252.204-7007 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 and your bid may be disqualified for not being registered and active in SAM.gov.Small Business Joint Venture:“A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories:(A) Small business;(B) Service-disabled veteran-owned small business;(C) Women-owned small business (WOSB) under the WOSB Program;(D) Economically disadvantaged women-owned small business under the WOSBProgram; or(E) Historically underutilized business zone small business.”These joint venture representations, added via the final rule for FAR case 2017-019, Policy on Joint Ventures, published on September 23, 2022, at 87 FR 58219, will be incorporated into the FAR on October 28, 2022 (see Policy Alert # 23-011, attached); however, they will not be reflected in the SAM. These procedures will allow the Department of Defense to continue to make awards to eligible small business joint ventures while SAM is being updated to align with the FAR.Quote:Please provide your quote submission to the United States Property and Fiscal Office (USPFO) Purchasing and Contracting (P&C) Division no later than 7:00 am MST 28 Aug 23. All submissions should be sent via email to: otha.b.henderson.civ@army.mil. Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this 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 late, non-responsive and will not be considered.No specific format is required for vendor quotes, but the quote must provide all the necessary information presented in this posting, to include pricing, and must be in an easily understood format.Provisions/Clauses:The following provisions are applicable to this solicitation and are incorporated by reference:FAR 52.204-7 – System for Award ManagementFAR 52.204-9 – Personal Identity Verification of Contractor PersonnelFAR 52.204-16 – Commercial and Government Entity Code ReportingFAR 52.204-18 – Commercial and Government Entity Code MaintenanceFAR 52.204-19 – Incorporation by Reference of Representations and CertificationsFAR 52.204-24 – Representation Regarding Certain Telecommunications and Video Surveillance Services or EquipmentFAR 52.204-25 – Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or EquipmentFAR 52.204-26 – Covered Telecommunications Equipment or Services-RepresentationFAR 52.209-6 – Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for DebarmentFAR 52.209-10 – Prohibition on Contracting with Inverted Domestic CorporationsFAR 52.212-1 – Instructions to Offerors – Commercial Products and Commercial ServicesFAR 52.212-3 – Offeror Representations and Certifications-Commercial Products and Commercial ServicesFAR 52.212-3 – Alternate 1FAR 52.219-1 (Alt I) – Small Business Program RepresentationFAR 52.219-6 – Notice of Total Small Business Set-AsideFAR 52.219-8 – Utilization of Small Business ConcernsFAR 52.219-14 – Limitations on SubcontractingFAR 52.219-28 – Post-award Small Business Program RepresentationsFAR 52.222-19 – Convict Labor—Cooperation with Authorities and RemediesFAR 52.222-21 – Prohibit Segregated FacilitiesFAR 52.222-26 – Equal OpportunityFAR 52.222-36 – Equal Opportunity for Workers With DisabilitiesFAR 52.222-40 – Notification of Employees Rights Under the National Labor Relations ActFAR 52.222-50 – Combating trafficking in PersonsFAR 52.222-54 – Employment Eligibility VerificationFAR 52.223-5 -- Pollution Prevention and Right-to-know InformationFAR 52.223-18 – Encouraging Contractor Policy to Ban Text Messaging While DrivingFAR 52.225-25 – Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and CertificationsFAR 52.232-1 – PaymentsFAR 52.232-33 – Payment by Electronic Funds Transfer-System for Award ManagementFAR 52.232-39 – Unenforceability of Unauthorized ObligationsFAR 52.232-40 – Providing Accelerated Payments to Small Business SubcontractorsFAR 52.233-1 – DisputesFAR 52.233-3 – Protest After AwardFAR 52.233-4 – Applicable Law for Breach of Contract ClaimFAR 52.237-1 -- Site VisitFAR 52.237-2 – Protection of Govt Buildings, Equipment, and VegetationFAR 52.243-1 – Changes-Fixed PriceFAR 52.249-1 – Termination for Convenience of the Government (Fixed-Price) (Short Form)FAR 52.252-1 – Solicitation Provisions Incorporated by ReferenceFAR 52.252-2 – Clauses Incorporated by ReferenceDFARS 252.203-7000 – Requirement Relating to Compensation of Former DoD OfficialsDFARS 252.203-7002 – Requirements to Inform Employees of Whistleblower RightsDFARS 252.203-7005 – Representation Relating to Compensation of Former DoD OfficialsDFARS 252.204-7003 – Control of Government Personnel Work ProductDFARS 252.204-7004 – Antiterrorism Awareness Training for ContractorsDFARS 252.204-7009 – Limitation on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident InformationDFARS 252.204-7015 – Notice of Authorized Disclosure of Information for Litigation SupportDFARS 252.204-7018 – Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or ServicesDFARS 252.204-7024 – Notice on the Use of the Supplier Performance Risk System (SPRS)DFARS 252.209-7999 – Representation by Corporations Regarding Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal LawDFARS 252.225-7048 – Export-controlled ItemsDFARS 252.225-7055 – Representation Regarding Business Operations with the Maduro RegimeDFARS 252.225-7056 – Prohibition Regarding Business Operations with the Maduro Regime DFARS 252.232-7003 – Electronic Submission of Payment Requests and Receiving ReportsDFARS 252.232-7006 – Wide Area WorkFlow Payment InstructionsDFARS 252.232-7010 – Levies on Contract PaymentsDFARS 252.239-7017 – Notice of Supply Chain RiskDFARS 252.239-7018 – Supply Chain RiskDFARS 252.243-7001 – Pricing of Contract ModificationsDFARS 252.244-7000 – Subcontracts for Commercial ItemsDFARS 252.247-7023 – Transportation of Supplies by SeaFAR 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: HTTPS://WWW.ACQUISITION.GOV.

Draper ,
 UT  84020  USALocation

Place Of Performance : N/A

Country : United StatesState : UtahCity : Draper

You may also like

Safety and Suicide Prevention Items

Due: 27 Feb, 2026 (in 22 months)Agency: State of Massachusetts

NTA-518-24 Non-Wearable Promotional Items

Due: 20 May, 2024 (in 17 days)Agency: Baltimore County Public Schools

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 339999All Other Miscellaneous Manufacturing
pscCode 8465Individual Equipment