Search Contract Opportunities

Promotional Items for SAPR Program

ID: W50S7E-23-Q-0023 • Type: Synopsis Solicitation

Description

Description:

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement is being issued as a request for quotation (RFQ) and constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-04. This combined synopsis/solicitation is set-aside 100% for small business. The North American Industrial Classification Standard 323111 applies to this solicitation; business size standard is 650 EMP. The Contracting Officer reserves the right to award under a different NAICS if the company would qualify as a small business under the solicited NAICS.

The Minnesota Air National Guard has plans to issue a firm-fixed price order for the following:

Sexual Assault Prevention Program (SAPR) Promotional Items (see attached Statement of Work)

  1. Sticky Note sets
  2. Earbuds
  3. Upstander Pens
  4. Notebooks
  5. Banner Pens
  6. Coffee Tumblers
  7. Retractable Banners

****Quotation instructions****

Evaluation:

The Government plans to award a contract resulting from this solicitation to the offer conforming to the solicitation which will be most advantageous to the Government. Quotes will be evaluated on best value using price, technical acceptability, quality of design and information in the designs, delivery time, and past performance (based on FAPIIS, SPRS, CPARS, and references) (see 52.212-2 provision). When combined, non-price evaluation factors are considered equal to price. All solicitation specifications are not absolute and the 133AW will consider innovative solutions to this requirement. Quotes may be comparatively evaluated in compliance with FAR 13.106-2 (b) (3).

**Send digital mock-up of each item to allow for a full and complete evaluation of the quoted items**

Multiple Solutions:

Multiple solutions to the requirement should be offered as alternative quotes and will be evaluated as separate offers. Multiple solutions are encouraged. Innovative solutions are encouraged and will be evaluated in accordance with the intent of this requirement. Standing quotes may be considered as responsive if in the best interest of the government.

GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. If not already registered in SAM, go to https://sam.gov/ to register prior to submitting quote.

Quotes are due in this office no later than 31 July 2023 @ 3:00 PM (CST). Offeror MUST provide Tax ID and CAGE Code and UEI with proposal. All questions and quotes must be directed to the 133AW Contracting Officer via email at ann.feist.1@us.af.mil. Questions asked within 2 days of solicitation close will be answered at the discretion of the Contracting Officer. Emailed quotes are preferred. Late quotes may be rejected at the Contracting Officer's discretion.

Electronic Documents: All electronic documents must NOT be secured , locked , or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB.

A small business joint venture offeror must submit, with its offer[HMRSUA1M1] , 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 WOSB Program; or

(E) Historically underutilized business zone small business.

[HMRSUA1M1]Class Deviation 2023-O0001

see Policy Alert # 23-011. Statement required until SAM is aligned with the FAR (FAR Case 2017-019)

Overview

Response Deadline
July 31, 2023, 4:00 p.m. EDT Past Due
Posted
July 11, 2023, 4:21 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Fort Snelling, MN 55111 United States
Source
SAM

Current SBA Size Standard
650 Employees
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Signs of Shaping
55% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 7/11/23 Department of the Army issued Synopsis Solicitation W50S7E-23-Q-0023 for Promotional Items for SAPR Program due 7/31/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 323111 (SBA Size Standard 650 Employees) and PSC 7690.
Primary Contact
Name
Lt Col Ann Feist   Profile
Phone
(612) 713-2626

Documents

Posted documents for Synopsis Solicitation W50S7E-23-Q-0023

Question & Answer

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W50S7E-23-Q-0023

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W50S7E-23-Q-0023

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > NGB > W7NG USPFO ACTIVITY MNANG 133
FPDS Organization Code
2100-W50S7E
Source Organization Code
500044183
Last Updated
Aug. 15, 2023
Last Updated By
ann.feist.1@us.af.mil
Archive Date
Aug. 15, 2023