75--Assorted Office Supplies
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solic... This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 70FBR220Q00000019 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 339940 with a small business size standard of 750.00 employees. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2020-02-18 13:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be Bayamon, PR 00961 The DHS Federal Emergency Management Agency requires the following items, Brand Name or Equal, to the following: LI 001: Post-it® Super Sticky Easel Pads, 25" x 30", 30% Recycled, White, Pack Of 8 Pads Item #810084, 11, PK; LI 002: Steno Notebooks, 6" x 9", Pitman Ruled, 80 Pages (80 Sheets), Red/White, Pack Of 12 Item #1379800, 52, PK; LI 003: Bostitch® Ascend™ Antimicrobial Stapler, 70% Recycled, Blue Item #905996, 120, EA; LI 004: Dixon® Pencils, #2 Soft Lead, Box Of 144 Item #270312, 16, PK; LI 005: EXPO® Low-Odor Dry-Erase Markers, Chisel Point, Assorted Colors, Pack Of 36 Item #806864, 30, PK; LI 006: Mini Memo Pads, 3 1/4" x 5 1/2", White, Pack Of 12 (AbilityOne 7530-01-454-7392) Item #661251, 60, PK; LI 007: Avery® UltraTabs Repositionable Margin Tabs - Write-on Tab(s) - 1" Tab Height x 2.50" Tab Width - Assorted Tab(s) - 48 / Pack Item # 2406179, 100, PK; LI 008: Integra Dispensing Correction Tape - Holds Total 1 Tape(s) - White Item #259662 pk of 6, 80, PK; LI 009: Scissors, 8", Straight, Black, Pack Of 2 Item #458612, 72, PK; LI 010: Brand Pink Bevel Erasers, Small, Box Of 36 Item #139720, 12, PK; LI 011: Helix Shaker 2-hole Pencil Sharpener - 2 Hole(s) - Assorted-Box Of 20 Item #621309, 21, PK; LI 012: BIC® Xtra Life Mechanical Pencils, 0.7 mm, #2 Lead, Clear Barrel, Pack Of 40 Pencils Item #7985576, 5, PK; LI 013: Oxford™ Premium Clear Front Report Covers, 8 1/2" x 11", Dark Blue, Pack Of 25 Item #216561, 16, PK; LI 014: Neenah® Bright White Premium Card Stock, Letter Size, 65 Lb, White, Pack Of 250 Sheets Item #458621 EA, 12, EA; LI 015: BIC® Round Stic® Ballpoint Pens, Medium Point, 1.0 mm, Translucent Barrel, Black Ink, Pack Of 60 Pens Item #664011, 48, PK; LI 016: BIC® Ecolutions Round Stic Ball Pens, Medium Point, 1.0 mm, 74% Recycled, Translucent Barrel, Red Ink, Pack Of 50 Pens Item #402509, 29, PK; LI 017: Casio MS-10VC Desktop Calculator - 10 Digits - LCD - Battery/Solar Powered - 1" x 4.2" x 5.7" - Aqua Blue Item #1461781, 100, EA; LI 018: Binder Clips, Small 3/4" Capacity, Black and Silver Steel, 144 Ct, 120, PK; LI 019: Post-it® Notes, 3" x 3", Canary Yellow, Pack Of 18 Pads Item #1230652, 120, PK; LI 020: C-Line® Inkjet/Laser Name Tents, 8 1/2" x 11", White, Box Of 50 Item #535036, 7, PK; LI 021: Professional Reporter's Notebook, 4" x 8", Black/Gray, Legal/Wide Ruled, 140 Pages (70 Sheets), Pack Of 4 Item #634286, 480, PK; LI 022: BIC® Gelocity™ Retractable Gel Ink Rollerball Pens, Medium Point, 0.7 mm, Blue Barrel, Blue Ink, Pack Of 12 Item #865567, 6, PK; LI 023: BIC® Gelocity™ Retractable Gel Ink Rollerball Pens, Medium Point, 0.7 mm, Black Barrel, Black Ink, Pack Of 12 Item #865486, 6, PK; LI 024: SKILCRAFT® Numerical Tab Set, 8 1/2" x 11", 30% Recycled, Set Of 12, Assorted Colors (AbilityOne 7530-01-621-5258) Item #999452, 10, PK; LI 025: Cardinal® OneStep® Index System, 1-31 Tab/Index, Multicolor Item #885335, 48, PK; LI 026: Brand Poly Composition Book, 7 1/2" x 9 3/4", College Ruled, 160 Pages (80 Sheets), Blue Item #455480, 600, EA; LI 027: Business Source Hardboard Clipboard - Standard - 9" x 12 1/2" - Hardboard - Brown - 6 / Bundle Item #3073021, 20, PK; LI 028: Allsop® Soft Cloth Mouse Pad, 8" x 8.75", Black Item #882915, 100, EA; LI 029: Wirebound Notebook, 3-Hole Punched, 8" x 10 1/2", 1 Subject, College Ruled, 70 Sheets, Assorted Colors, Pack Of 6 Item #834270, 51, PK; LI 030: Xerox® Vitality Colors™ Multi-Use Printer Paper, Letter Size (8-1/2" x 11"), 20 Lb, 30% Recycled, Yellow, Ream Of 500 Sheets Item #345660, 200, REM; LI 031: Xerox® Vitality Colors™ Multi-Use Printer Paper, Letter Size (8-1/2" x 11"), 20 Lb, 30% Recycled, Green, Ream Of 500 Sheets Item #345645, 100, REM; LI 032: Round-Ring View Binder, 1/2" Rings, 61% Recycled, White, Pack Of 12 Binders Item #207001, 26, PK; Solicitation and Buy Attachments ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Federal Emergency Management Agency intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Federal Emergency Management Agency is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: 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. Non-local vendors are welcomed to bid, however local preference will be given to local PR vendors residing or primarily doing business in the disaster affected area DR4339PR which will be verified prior to selection for award. If applicable, vendors must also fill out and submit Disaster or Emergency Area Representation (FAR 52.226-3) attached below to be considered for award. 52.226-3 Disaster or Emergency Area Representation. As prescribed in 26.206(a), insert the following provision: Disaster or Emergency Area Representation (Nov 2007) (a) Set-aside area.The area covered in this contract is: Puerto Rico. (b) Representations. The offeror represents that it ? does ?does not reside or primarily do business in the designated set-aside area. (c)An offeror is considered to be residing or primarily doing business in the set-aside area if, during the last twelve months- (1) The offeror had its main operating office in the area; and (2) That office generated at least half of the offeror’s gross revenues and employed at least half of the offeror’s permanent employees. (d)If the offeror does not meet the criteria in paragraph (c) of this provision, factors to be considered in determining whether an offeror resides or primarily does business in the set-aside area include- (1) Physical location(s) of the offeror’s permanent office(s) and date any office in the set-aside area(s) was established; (2) Current state licenses; (3) Record of past work in the set-aside area(s) (e.g., how much and for how long); (4) Contractual history the offeror has had with subcontractors and/or suppliers in the set-aside area; (5) Percentage of the offeror’s gross revenues attributable to work performed in the set-aside area; (6) Number of permanent employees the offeror employs in the set-aside area; (7) Membership in local and state organizations in the set-aside area; and (8) Other evidence that establishes the offeror resides or primarily does business in the set-aside area. For example, sole proprietorships may submit utility bills and bank statements. (e)If the offeror represents it resides or primarily does business in the set-aside area, the offeror shall furnish documentation to support its representation if requested by the Contracting Officer. The solicitation may require the offeror to submit with its offer documentation to support the representation. (End of provision) New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Evaluation Criteria / Basis of Award Shall be Lowest Price Technically Acceptable Prices shall include all shipping, packing and/or crating charges. Cases shall be of durable construction, good condition, properly labeled and suitable in every respect for storage and handling of contents. Each shipment shall include a packing slip showing the buyer, ordering date, ordering department, the item number; product description, quantity ordered, all pricing, quantity shipped and backordered items, including the expected ship date. If a back-ordered item is not available on the estimated delivery date, the buyer placing the order must be notified prior to the estimated delivery date and given the option of a replacement item or the back-ordered item when it becomes available. If the buyer is not satisfied with the quality of the replacement product, the buyer has the right to return the product. The buyer will not incur any cost for return of the product, including but not limited to shipping and handling. The Government will not accept old, out dated used items which will be verified upon delivery. Government employees require 24 hours to verify shipment of all items for an order this size. Items found to be in unacceptable condition will be place in the warehouse for pickup by the vendor. Returned supplies are at the expense of the contractor, arraignments must be made within 24 hours of being rejected. No partial shipments are accepted. These items do not need to be Exact match or brand name, however, as noted any substitutions need to be approved first.
Data sourced from SAM.gov.
View Official Posting »