This is a combined synopsis/solicitation for a supply Blanket Purchase Agreement (BPA) 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 written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97, effective 24 Jan 2018. This procurement is Set-Aside 100% for Small Business. The NAICS code is 541430- Graphic Design Services. Basis for award is Price. The government intends to issue a single award but may issue multiple awards from this solicitation if it is determined to be in the best interest of the government. The following supplies are requested in this solicitation:
Suicide Prevention, Substance Abuse, Sexual Harassment/Assault Response and Prevention (SHARP) Materials & Supplies
CLIN 0001: Depression Slider
CLIN 0002: Mental Wellness Slider
CLIN 0003: Stress Management Slider
CLIN 0004: Mental Illness Magnet
CLIN 0005: PTSD/Suicide Prevention Guidebook
CLIN 0006: PTSD Slider
CLIN 0007: PTSD Self Test
CLIN 0008: Military and Suicide Guide
CLIN 0009: Suicide Prevention Wallet Card/Key Tag
CLIN 0010: Stylus Pen
CLIN 0011: Coffee Tumblers
CLIN 0012: Water Bottles
CLIN 0013: Army ACE Wallet Card
CLIN 0014: "Be The One" Wallet Card
CLIN 0015: Lined Notebook with Sticky Flags
CLIN 0016: Awareness Tech Cloths
CLIN 0017: Life Preserver Stress Reliever
CLIN 0018: Awareness Polyester Bag with Drawcord
CLIN 0019: Awareness Mouse Pads
CLIN 0020: Office on the Go Kit
CLIN 0021: Red Ribbon Week (RRW) Themed Banner
CLIN 0022: RRW Themed Posters
CLIN 0023: Drug Free Themed Lollipops and Candy
CLIN 0024: RRW Pencils
CLIN 0025: RRW Red Ribbons
CLIN 0026: Alcohol Awareness Slider
CLIN 0027: Binge Drinking Slider
CLIN 0028: Underage Drinking Slider
CLIN 0029: "Know Your Limits" Wallet Card/Key Tag
CLIN 0030: Drinking & Driving Slider
CLIN 0031: Drug & Alcohol Abuse Slider
CLIN 0032: Fighting Drug and Alcohol Abuse Slider
CLIN 0033: Substance Use Disorder & PTSD Military Slider
CLIN 0034: THC, CBD & Edibles Pocket Brochure
CLIN 0035: Drug/Alcohol Awareness Top Stylus Pen
CLIN 0036: Drug/Alcohol Awareness Coffee Tumblers
CLIN 0037: Drug/Alcohol Awareness Water Bottles
CLIN 0038: Drug/Alcohol Awareness Mouse Pads
CLIN 0039: Drug/Alcohol Awareness Stress Balls
CLIN 0040: Drug/Alcohol Awareness Tech Cloths
CLIN 0041: Office on the go Kit (Army Substance Abuse Program Theme)
CLIN 0042: Shipping (if applicable)
All costs including delivery must be included. The offeror must provide within its offer the number of days (30 days) required to make delivery after it receives a purchase order from the buyer. Sample items may be requested for review at no cost to the Government prior to production. NJ Army National Guard branding may be required on some items; awarded vendor will work with customer point of contact for specifications. The Contactor shall supply equipment that meets or exceeds salient characteristics, specifications and quantity.
To be quoted as Unit Price and Total Dollar Amount.
Delivery Location: 3650 Saylors Pond Road, JB-MDL, New Jersey 08640
Description of Requirement:
Suicide prevention, substance abuse and SHARP related marketing materials for program facilitation. The Army’s Suicide Prevention program exists to assist the Army in preventing incidents of suicide and provide education of substance abuse prevention.
Delivery Location: 3650 Saylors Pond Road, JB-MDL, New Jersey 08640
All interested potential vendors must provide the following information:
1. Company information – Company name, address, Federal Tax ID, CAGE code, Unique Entity Identifier (formally called DUNS number), contact name, telephone number, and email address.
2. Product Description- A detailed description of the products available that match the criteria set forth in the Product Description (Attachment 3). Quantities listed in Attachment 3 are an estimate and may change based on the customer’s need.
3. A complete catalog to include pricing of all items offered by the vendor.
Issuance of a BPA to a vendor is at the sole discretion of the Government. Issuance of BPA does not guarantee performance. Past performance, records will be reviewed, and findings will be taken into consideration when issuing the BPA. This BPA will be centralized, and a list of authorized callers will be provided at issuance pursuant to NGB directive.
It is the responsibility of the Offeror to view the website for any changes or amendments to this RFQ.
This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Electronic Submission of Payment Requests and Receiving Reports DFAR 252.232-7003, 252.232-7006 apply to this requirement. In order for vendors to be paid, all vendors must now use an E-invoicing system called Wide Area Work Flow (WAWF). To gain access to the WAWF production system, vendors must acquire an account available at https://wawf.eb.mil/. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988.
Only a warranted Contracting Officer (either a Procuring Contracting Officer (PCO), or an Administrative Contracting Officer (ACO)), acting within their delegated limits, has the authority to issue modifications or otherwise change the terms and conditions of this BPA. If an individual other than the Contracting Officer attempts to make changes to the terms and conditions of this BPA you shall not proceed with the change and shall immediately notify the Contracting Office.
NG Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns with the National Guard (NG) 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 NG protest decision goal is to resolve protests within 35 calendar days from filing. An agency protest may be filed with either the Contracting Officer or the NG Agency’s Protest Decision Authority, but not both, in accordance with NG protest procedures.
To be timely, the protests must be filed with the periods specified in FAR 33.103. To file a protest under the NG Agency Protest Program, the protest must request resolution under that program and be sent to the address below:
National Guard Bureau
Office of the Director of Acquisitions/ Head of Contracting Activity
ATTN: NGB-AQ-O
111 S. George Mason Dr.
Arlington, VA 22204
Email: ng.ncr.ngb-arng.mbx.ngb-task-order-ombudsman@mail.mil
All other agency-level protests should be sent to the Contracting Officer for resolution at the address in the solicitation. See FAR clause 52.233-2.
NG Public-facing, general Protest information is found at: https://www.nationalguard.mil/Leadership/Joint-Staff/Special-Staff/Director-of-Acquisitions/
Directorate of Acquisitions information for the contracting enterprise is found at
https://gko.portal.ng.mil/ngb/STAFF/D01/D01/OI/Protests%20and%20Complaints/Forms/AllItems.aspx
The following provisions are incorporated into this solicitation by reference:
52.203-3, Gratuities
52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions
52.203-12, Limitation on Payments to Influence Certain Federal Transactions
52.203-16, Preventing Personal Conflicts of Interest
52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights
52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper
52.204-7, System for Award Management
52.204-9, Personal Identity Verification of Contractor Personnel
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13, System for Award Management and Maintenance
52.204-16, Commercial and Government Entity Code Reporting
52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-25 - Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
52.204-26 Covered Telecommunications Equipment or Services-Representation
52.204-27, Prohibition on a ByteDance Covered Application
52.212-1, Instructions to Offerors -- Commercial Items
52.212-4, Contract Terms and Conditions – Commercial Items
52.219-1, Small Business Program Representations (DEVIATION 2023-O0002)
52.222-20, Contracts for Materials, Supplies, Articles, and Equipment
52.223-5, Pollution Prevention and Right to Know Information
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.233-3, Protest after Award
52.247-34, FOB Destination
52.252-2, Clauses Incorporated by Reference- FAR Website: https://www.acquisition.gov/browse/index/far
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense Contract-Related Felonies
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.204-7003, Control of Government Personnel Work Product
252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information
252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015, Disclosure of Information to Litigation Support Contractors
252.204-7016 - Covered Defense Telecommunications Equipment or Services—Representation
252.204-7017 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation
252.204-7018 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System—Statistical Reporting in Past Performance Evaluations
252.223-7008, Prohibition of Hexavalent Chromium
252.225-7001, Buy American Act
252.225-7002, Qualifying Country Sources as Subcontractors
252.225-7012, Preference for Certain Domestic Commodities
252.225-7048, Export Controlled Items
252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism
252.225-7055, Representation Regarding Business Operations with the Maduro Regime
252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime
252.232-7003, Electronic Submission of Payment Requests
252.232-7010, Levies on Contract Payments
252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites—Representation (DEVIATION 2021-O0003) (APRIL 2021)
252.243-7001, Pricing of Contract Modifications
252.243-7002, Request for Equitable Adjustment
252.244-7000, Subcontracts for Commercial Items
252.247-7023, Transportation of Supplies by Sea
The following provisions are incorporated by full text. The full text is found in Attachment #2, Full-Text Provisions and Clauses. (All Representations and Certifications shall be completed within contractor's Systems for Award Management (SAM) profile on www.sam.gov.)
FAR 52.212-2, Evaluation—Commercial Items
FAR 52.212-3 Alternate I, Offeror Representations and Certifications - Commercial Items Alternate I
DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials
DFARS 252.225-7035, Buy American Act - North American Free Trade Agreement Implementation Act - Balance of Payments Program Certificate
DFARS 252.247-7022, Representation of Extent of Transportation by Sea
The following clauses are incorporated by full text. The full text is found in Attachment #2, Full-Text Provisions and Clauses.
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.209-7998 (Dev), Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law
DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law
DFARS 252.211-7003, Item Unique Identification and Valuation
DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions
Any questions or comments should be directed to John Moreland, Contract Specialist via e-mail at john.m.moreland.mil@army.mil. PLEASE SUBMIT ALL QUOTES DIRECTLY TO THIS EMAIL ADDRESS with the subject line, “G1 SHARP Materials BPA”.