To place a bid or register go to Unison Marketplace

View Details for Buy # 1126746_02

View Other Versions: 1126746  1126746_01 

General Buy Information

Buy #: 1126746_02  
Solicitation #: AMDC0123230002
Buy Description: Writing Instruments
Category: R7 -- Support Services - Management
Sub Category: R701 -- SUPPORT- MANAGEMENT: ADVERTISING
NAICS: 339940 -- Office Supplies (except Paper) Manufacturing
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: Small Business
Buyer: MICC End User
End Date: 02/16/2023
End Time: 11:00 ET
Seller Question Deadline: 2/15/2023 - 11:00 ET
Delivery: 30 Day(s) - Required (No. of calendar days after receipt of order (ARO) by which Buyer requires Seller to deliver)
Repost Reason: Mandatory Buy attachments were not included in the original post. Both have now been uploaded and this Buy will be extended.
Please Note: Repost Reason is provided as a courtesy only. Sellers are responsible for reviewing and complying with all Buy Specifications regardless of Repost Reason.

Line Item(s) Template - Optional

You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information.

Line Item(s)

Item No Description Qty Unit
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
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
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

Bidding Requirements

Instructions
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
The Buyer is allowing Sellers to submit bids for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. Sellers MUST enter exactly what they are bidding (including make, model and description) into the blank description field in order for the bid to be considered. The Buyer will evaluate 'equal' items on the basis of information furnished by the Seller or identified in the bid and reasonably available to the Buyer. The Buyer is not responsible for locating or obtaining any information not identified in the Bid.
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
Buyer intends to issue award using a purchase order, delivery order, or purchase card. If utilizing a purchase card, Buyer will communicate account information to Selected Seller outside of the Marketplace.
This solicitation is a Small Business Set-Aside and only qualified Sellers can bid.
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.
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)

Buy Terms

Name Description
Unfunded Requirement 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.
Provisions 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.
Clauses 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.
SAM Registration 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 Shipping is FOB Destination CONUS (CONtinental U.S.).
New Equipment New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.
Quote Submitted Quotes will be valid for 45 days after the auction closing.
Request for Quote This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).).
FARsite IAW FAR 52.252-2 Clauses Incorporated by Reference, for the extended description here is the website: https://www.acquisition.gov/
NAICS & Size Standard 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
AMC-Level Protest Program 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.
Service Terms: "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"
Provision 252.209-7999 Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.
Provision 252.232-7006 Wide Area WorkFlow Payment Instructions
Clause 252.204-7012 252.204-7012 Safeguarding of Unclassified Controlled Technical Information
PALLETIZATION 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.
Basis of Award 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 No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an “all-or-nothing” basis.
Clause 252.232-7006 Wide Area WorkFlow Payment Instructions
Vendor Questions 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.
Buy American Act 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*****
Provision 52.204-26 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.
Clause 52.204-25 Reporting During Contract Performance
52.222-26 Equal Opportunity

Shipping Information

City State   Zip Code
Fort Knox KY   40121 - 2726

Seller Attachment(s): Required

MANDATORY_-_52_204-26
MANDATORY_-_BUY_AMERICAN_ACT_Provision

Buy Attachment(s)

No. Document Name   Document Size
001 Army_Logo.png   32 KB
002 MANDATORY_-_52_204-26.docx   13 KB
003 ROTC_Logo.png   183 KB
004 MANDATORY_-_BUY_AMERICAN_ACT_Provision.docx   14 KB