To place a bid or register go to Unison Marketplace

View Details for Buy # 1144322

View Other Versions: 1144322_01 

General Buy Information

Buy #: 1144322  
Solicitation #: 1144248
Buy Description: Army Badges-Pens-Wallets-Pactches
Category: 99 -- Miscellaneous
Sub Category: 9905 -- Signs, Advertising Displays, and Identification Plates
NAICS: 323111 -- Commercial Printing (except Screen and Books)
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: 07/14/2023
End Time: 12:30 ET
Seller Question Deadline: 7/11/2023 - 11:00 ET
Delivery: 30 Day(s) - Preferred (No. of calendar days after receipt of order (ARO) by which Buyer prefers Seller to deliver)

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 Requested Specification: **Lapel Pin-US Army **PDF proof of item must be submitted NLT 5 days of contract award, physical sample shall be submitted within 15 days of contract award** Lapel pin must be 3/4" W x 1" H x 1/16" D. *Lapel pin must have the US Army logo imprinted on the front, centered in the middle. The lapel pin must have a secured clip on the back. Please see US Army logo in attachments. No other printing shall be on the lapel pin. PACKAGING: Items must be packaged 50 per master bag. Master bags must be a re-sealable (zip lock-type bag), NO twist ties. Bag must be of sufficient strength and last at least up to one year of storage without discoloring. Contractor to ensure all bags, individual or master, do not crack, burst or split in shipping. Contractor to put unit bags in PSI 275 crush test master shipping boxes. Boxes not to exceed 45lbs each. MARKING INSTRUCTIONS: Contractor to mark each master shipping box on the outside (NOT ON THE TOP) with CONTRACT NUMBER, DELIVERY ORDER NUMBER, PPI NUMBER, PPI NAME and total quantity. This Shall be the only markings on the boxes. PALLETIZING INSTRUCTIONS: 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 support pallets being stacked at least 2 pallets high, without buckling, toppling, shifting or crushing under pressure. Boxes will be stacked no higher than 72” on the skid. The contractor will shrink wrap all boxes to the skid to prevent boxes from shifting or falling off skid during transport. Contractor to position the boxes on the skid to ensure content label is displayed. 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. Multiple items must not be placed on the same pallet, the requirement must be only one PPI specific item per pallet. A packing list must accompany each shipment. The packing list will specify the following: Delivery Order Number, Component, Quantity per Carton, Total Carton Count, and Total Quantity. A standard Bill of Lading will not be substituted for a packing list. Pallets will be refused if they do not comply with these instructions or if they are double-stacked at the contractors expense. DELIVERY: Receiv 25000 EA
002 Requested Specification: **Lapel Pin-US Army ROTC **PDF proof of item must be submitted NLT 5 days of contract award, physical sample shall be submitted within 15 days of contract award** Lapel pin must be 3/4" W x 1" H x 1/16" D. *Lapel pin must have the US Army logo imprinted on the front, centered in the middle. The lapel pin must have a secured clip on the back. Please see US Army logo in attachments. No other printing shall be on the lapel pin. PACKAGING: Items must be packaged 50 per master bag. Master bags must be a re-sealable (zip lock-type bag), NO twist ties. Bag must be of sufficient strength and last at least up to one year of storage without discoloring. Contractor to ensure all bags, individual or master, do not crack, burst or split in shipping. Contractor to put unit bags in PSI 275 crush test master shipping boxes. Boxes not to exceed 45lbs each. MARKING INSTRUCTIONS: Contractor to mark each master shipping box on the outside (NOT ON THE TOP) with CONTRACT NUMBER, DELIVERY ORDER NUMBER, PPI NUMBER, PPI NAME and total quantity. This Shall be the only markings on the boxes. PALLETIZING INSTRUCTIONS: 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 support pallets being stacked at least 2 pallets high, without buckling, toppling, shifting or crushing under pressure. Boxes will be stacked no higher than 72” on the skid. The contractor will shrink wrap all boxes to the skid to prevent boxes from shifting or falling off skid during transport. Contractor to position the boxes on the skid to ensure content label is displayed. 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. Multiple items must not be placed on the same pallet, the requirement must be only one PPI specific item per pallet. A packing list must accompany each shipment. The packing list will specify the following: Delivery Order Number, Component, Quantity per Carton, Total Carton Count, and Total Quantity. A standard Bill of Lading will not be substituted for a packing list. Pallets will be refused if they do not comply with these instructions or if they are double-stacked at the contractors expense. DELIVERY: Receiv 20000 EA
003 Requested Specification: **Lapel Pin-PaYs** **PDF proof of item must be submitted NLT 5 days of contract award, physical sample shall be submitted within 15 days of contract award** Lapel pin must be 3/4" W x 1" H x 1/16" D. *Lapel pin must have the PaYs logo imprinted on the front, centered in the middle. The lapel pin must have a secured clip on the back. Please see PaYs logo in attachments. No other printing shall be on the lapel pin. PACKAGING: Items must be packaged 50 per master bag. Master bags must be a re-sealable (zip lock-type bag), NO twist ties. Bag must be of sufficient strength and last at least up to one year of storage without discoloring. Contractor to ensure all bags, individual or master, do not crack, burst or split in shipping. Contractor to put unit bags in PSI 275 crush test master shipping boxes. Boxes not to exceed 45lbs each. MARKING INSTRUCTIONS: Contractor to mark each master shipping box on the outside (NOT ON T NUMBER, PPI NUMBER, PPI NAME and total quantity. This Shall be the only markings on the boxes. PALLETIZING INSTRUCTIONS: 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 support pallets being stacked at least 2 pallets high, without buckling, toppling, shifting or crushing under pressure. Boxes will be stacked no higher than 72” on the skid. The contractor will shrink wrap all boxes to the skid to prevent boxes from shifting or falling off skid during transport. Contractor to position the boxes on the skid to ensure content label is displayed. 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. Multiple items must not be placed on the same pallet, the requirement HE TOP) with CONTRACT NUMBER, DELIVERY must be only one PPI specific item per pallet. A packing list must accompany each shipment. The packing list will specify the following: Delivery Order Number, Component, Quantity per Carton, Total Carton Count, and Total Quantity. A standard Bill of Lading will not be substituted for a packing list. Pallets will be refused if they do not comply with these instructions or if they are double-stacked at the contractors expense. DELIVERY: Receiving hours are 7:30 a.m. to 11:00 a.m. (EST) and 1:00 p.m. to 3:00 p.m. (EST), Monday through Friday, excluding legal Federal holidays. NOTE: CONTRACTOR MUST PROVIDE NUMBER OF BOXES AND NUMBER OF PALLETS FOR EACH DELIVERY BEFORE EACH SHIPMENT. INFORMATION 2000 EA
004 First Article** Provide a .pdf 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 prior to production of the remaining quantity requested.Part Number: BADGEHOLDER(See attachment for specs) Description: 1. Material composition: ABS plastic, chrome plated steel, clear vinyl strap, steel cord 2. Shape: Oval round 3. Dimensions: 1.5” height x 1.25” width 4. Color: Black and white 5. US ARMY logo imprinted on front centered over white background, measuring 1.25 height” x 1” width, US ARMY yellow 123c 6. Features: Retractable, quiet pull steel cord 32” length 7. Packing: 500 pcs/carton Total pieces: 5,000 Total cartons 10 Carton dimensions: 11.5” x 11.5” x 9” Gross carton weight: 24 lbs. (11 kgs.) FOB: Destination MFR PART NR: Unison Buy#1118855 PURCHASE REQUEST NUMBER: 0011858294 PSC CD: 9905 NET 30000 EA
005 First Article** Provide a .pdf 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 prior to production of the remaining quantity requested. ARMY RESERVE SIlicone Smart wallet (please see attachment for specifications) 20000 EA
006 First Article** Provide a .pdf 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 prior to production of the remaining quantity requested. US ARMY SIlicone Smart wallet (please see a 30000 EA
007 First Article** Provide a .pdf 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 prior to production of the remaining quantity requested. US ARMY Patches (See attachment for WPecs) 25000 EA
008 rst Article** Provide a .pdf 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 prior to production of the remaining quantity requested. US ARMY STICKERS See attachment for SPecs) 10000 EA
009 rst Article** Provide a .pdf 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 prior to production of the remaining quantity requested. US ARMY RESERVE STICKERS See attachment for SPecs) 10000 EA
010 First Article** Provide a .pdf 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 prior to production of the remaining quantity requested. US ARMY RESERVES Patches (See attachment for WPecs) 20000 EA
011 First Article** Provide a .pdf 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 prior to production of the remaining quantity requested. ARMY ROTC SIlicone Smart wallet (please see attachment for specifications) 25000 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.)
The Buyer is requiring interested Sellers submit Bids with pricing inclusive of all Line Items.

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*****
Clause 52.204-25 Reporting During Contract Performance
52.222-26 Equal Opportunity

Shipping Information

City State   Zip Code
Ft Knox KY   40121

Seller Attachment(s): Required

MANDATORY_-_BUY_AMERICAN_ACT_Provision

Buy Attachment(s)

No. Document Name   Document Size
001 Shipping_Instructions.docx   13 KB
002 PPI-_Silicone_wallets_patches_and_stickers.pptx   297 KB
003 pays_logo.pdf   20,540 KB
004 MANDATORY_-_BUY_AMERICAN_ACT_Provision.docx   14 KB
005 badge_holder_new_logo.pptx   628 KB