Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2019 FBO #6334
SOLICITATION NOTICE

83 -- Army ASU Service Caps

Notice Date
3/26/2019
 
Notice Type
Combine Synopsis/Solicitation
 
Contracting Office
Building 108, 3rd Floor , Wheeler Army Airfield (WAAF), HI 96857
 
ZIP Code
22030
 
Solicitation Number
W912CN-19-Q-0037
 
Response Due
3/29/2019
 
Archive Date
9/25/2019
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
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 W912CN-19-Q-0037 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 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 315220 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-03-29 11:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be Schofield, HI 96857 The ECC PACIFIC RCO Hawaii requires the following items, Meet or Exceed, to the following: LI 001: Male Enlisted ASU Service Cap SIZE: 6 7/8; Army dark blue shade 150/450; Glossy Cap Brim; Black Chin Strap; with male enlisted Army service cap insignia, 2, EA; LI 002: Male Enlisted ASU Service Cap SIZE: 7; Army dark blue shade 150/450; Glossy Cap Brim; Black Chin Strap; with male enlisted Army service cap insignia, 2, EA; LI 003: Male Enlisted ASU Service Cap SIZE: 7 1/8; Army dark blue shade 150/450; Glossy Cap Brim; Black Chin Strap; with male enlisted Army service cap insignia, 6, EA; LI 004: Male Enlisted ASU Service Cap SIZE: 7 1/4; Army dark blue shade 150/450; Glossy Cap Brim; Black Chin Strap; with male enlisted Army service cap insignia, 4, EA; LI 005: Male Enlisted ASU Service Cap SIZE: 7 3/8; Army dark blue shade 150/450; Glossy Cap Brim; Black Chin Strap; with male enlisted Army service cap insignia, 4, EA; LI 006: Male Enlisted ASU Service Cap SIZE: 7 1/2; Army dark blue shade 150/450; Glossy Cap Brim; Black Chin Strap; with male enlisted Army service cap insignia, 3, EA; LI 007: Male Enlisted ASU Service Cap SIZE: 7 5/8; Army dark blue shade 150/450; Glossy Cap Brim; Black Chin Strap; with male enlisted Army service cap insignia, 1, EA; LI 008: Male Enlisted ASU Service Cap SIZE: 7 3/4; Army dark blue shade 150/450; Glossy Cap Brim; Black Chin Strap; with male enlisted Army service cap insignia, 1, EA; LI 009: Service Cap Cover bags, 29, EA; LI 010: Female Enlisted ASU Service Cap SIZE: 22; Army dark blue shade 150/450; female enlisted cap braid brand; with female enlisted Army hat insignia, 3, EA; LI 011: Female Enlisted ASU Service Cap SIZE: 23; Army dark blue shade 150/450; female enlisted cap braid brand; with female enlisted Army hat insignia, 1, EA; LI 012: Female Enlisted ASU Service Cap SIZE: 24; Army dark blue shade 150/450; female enlisted cap braid brand; with female enlisted Army hat insignia, 2, EA; LI 013: Expedited shipping to: Schofield Barracks, HI 96857, 1, EA; 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, ECC PACIFIC RCO Hawaii 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. ECC PACIFIC RCO Hawaii 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. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.204-8, Annual Representation and Certification; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal, DFARS 252.212-7000, Offeror Representations and Certifications-Commercial items. 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--Central Contractor Registration. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: 252.204-7004 ALT A, Required Central Contractor Registration; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; DFARS clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, paragraph b apply: 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, ALT III, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. 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. IAW FAR 52.204-8 Annual Representation and Certification, the offeror is required to input their Representations and Certifications into the online representation and certifications application (ORCA) database which is located at https://orca.bpn.gov/ Shipping must be Free On Board (FOB) Destination OCONUS (Outside Continental U.S.) New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Bids will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an śall-or-nothing ť basis. IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement is 315220 with a small business size standard of 750 employees. The contractor must be an authorized dealer of the specified equipment to ensure warranty and maintenance support. 52.228-5000 -- REQUIRED INSURANCE - Use in solicitations and contracts if a fixed-price contract is contemplated, the contract amount is expected to exceed the simplified acquisition threshold, and the contract will require work on a Government installation, unless -- (1) Only a small amount of work is required on the Government installation (e.g., a few brief visits per month); or (2) All work on the Government installation is to be performed outside the United States and its outlying areas. (a) The Contractor shall procure and maintain during the entire period of his performance under this contract the following minimum insurance: AMOUNT TYPE PER PERSON PER ACCIDENT PROPERTY Comprehensive General Liability: $500,000 Comprehensive Automobile Liability $200,000 $500,000 $20,000 Workmen's Compensation and Liability Insurance: As prescribed or required by law, with minimum employer liability limit of $100,000 for accidental bodily injury or death, or for occupational disease.) (b) Prior to the commencement of work, the Contractor shall furnish to the Contracting Officer a certificate or written statement of the above required insurance. The policies evidencing required insurance shall contain an endorsement to the effect that cancellation or any material change in the policies adversely affecting the interests of the Government in such insurance shall not be effective for such period as may be prescribed by the laws of the State in which this contract is to be performed and in no event less than thirty (30) days after written notice thereof to the Contracting Officer. (c) The Contractor agrees to insert the substance of this clause, including this paragraph (c) in all subcontracts hereunder. (d) It is the contractor ™s responsibility to insure the following changes are incorporated into their submitted Certificate of Insurance: 1. The Contract Number must appear in the body of the Certificate of Insurance. 2. The Certificate holder name shall read: Army Materiel Command Regional Contracting Office, Hawaii 413th CSB 3. The certificate shall be provided to the following address ____ Contracting Division Alpha Bldg 520, Basement, Pierce Street Fort Shafter, HI 96858-5025 FAX 808-438-6463 or 6544 ____ Contracting Division Omega Bldg 692, Basement, McCormack Road Schofield Barracks, HI 96857-5000 FAX 808-655-7350 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/a810faa17c25822c146aa5a2d786dff8)
 
Place of Performance
Address: Schofield, HI 96857
Zip Code: 96857
Country: US
 
Record
SN05260972-F 20190328/190326230038 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.