Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 14, 2020 SAM #6741
SOLICITATION NOTICE

71 -- Vidmar Cabinets

Notice Date
5/12/2020 10:50:05 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
NAVSUP FLT LOG CTR JACKSONVILLE JACKSONVILLE FL 32212-0097 USA
 
ZIP Code
32212-0097
 
Solicitation Number
N6883620Q0135
 
Response Due
5/20/2020 12:00:00 AM
 
Archive Date
11/16/2020
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Quotes are being solicited under solicitation number N6883620Q0135. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Quote (RFQ), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.UnisonMarketplace.com and reference Buy No. 1021370. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the Unison Marketplace Fee, for contract-specific items. If Unison receives notice that, due to inclusion of the Unison Marketplace Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the Unison Marketplace Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a Small Business Set-Aside and only qualified sellers may submit quotes. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-05-20 16:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Statement of Work. The FLC - Jacksonville requires the following items, Brand Name or Equal, to the following: LI 001: MINI-MEZZ COMPONENTS Consisting of : 1 kit, Stairway railing kit, # SRK 5 kits, Walkway railing kit, # WRK60 1 kit, Walkway ending kit, # WEK RAILING IS TO BE YELLOW, 1, Lot; LI 002: HI-LO bench configuration: Preconfigured cabinet part number TB3502A Consists of: 1 each, housing #PSTB350010, 1 each, lock cylinder with key #SL10TB, 1 each, drawer assemblies #PSTBO2, 1 kit, LDPSTB02PSTB816 compartments for drawer #PSTB02 1 each, drawer assembly #PSTB04 1 each, drawer assembly #PSTBO4 CABINETS ARE TO BE BRIGHT BLUE, 4, EA; LI 003: Bench Risers, 48x12x15, hardwood, part number BFH48, 4, EA; LI 004: Hardwood Top, 45 x 30 x 1-3/4, part number BFH48, 4, EA; LI 005: Preconfigured cabinet part number SCU3144L Consists of: 1 each, housing #0340 1 each, lock cylinder, with key #SL10 keyed #KA26 and KA86 4 each, drawer #ST30 4 kits, ld3068 for drawer #30 4 each, drawers #40 4 kits, LD4088 compartments for drawer #40 1 each, drawer #60 1 kit, LD60108 compartments for drawer #60, 4, EA; LI 006: Bench Leg ST200HNF, #BL2002, 26, EA; LI 007: Installation Vendor must provide drawings., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors 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, FLC - Jacksonville 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. A Seller may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Jacksonville is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time quotes. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a quote on www.UnisonMarketplace.com. Sellers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Sellers that require special considerations or assistance may contact the Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Sellers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith quotes, 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 Sellers require additional clarification, contact 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. New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. The NAICS code is 332439 and the Small Business Standard is 500. FAR 52.247-34, F.o.b. Destination applies No partial shipments are permitted unless specifically authorized at the time of award. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. Bid MUST be good for 30 calendar days after close of Buy. 52.212-2 Evaluation - Commercial Items. The Government will make a single award using the lowest price technically acceptable (""LPTA"") source selection. The Government intends to award on initial offers but reserves the right to conduct discussions. The clauses may be accessed in full text at these addresses https://www.acquisition.gov/Far/AND http://www.acq.osd.mil/dpap/dfars/index.htm Limitation on Payments to Influence Certain Federal Transactions (1) Include the provision 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation, in all solicitations, except as provided in paragraph (a)(2) of this section; and (2) Do not insert the provision in solicitations for a personal services contract with an individual if the services are to be performed entirely by the individual, rather than by an employee of the contractor or a subcontractor. System for Award Management Commercial and Government Entity Code Reporting Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment Prohibition on Contracting with Inverted Domestic Corporations--Representation, as prescribed in FAR 9.108-5(a) Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law, as prescribed in FAR 9.104-7(d) Brand Name or Equal, as prescribed in FAR 11.107(a) Instructions to Offerors�Commercial Items. (DEVIATION 2018-O0018) Offeror Representations and Certifications�Commercial Items Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Representation Relating to Compensation of Former DoD Officials Control of Government Personnel Work Product (April 1992) Compliance with Safeguarding Covered Defense Information Controls Covered Defense Telecommunications Equipment or Services--Representation Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) 252.211-7003 Item Identification & Valuation (AUG 2008) 252.211-7003 Alt 1 Item Identification & Valuation (AUG 2008) - Alt I 252.212-7001 Contract Terms and Conditions for Defense Acquisition of Commercial Items Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations Buy American Act & Balance of Payments (Oct 2011) DFARS 252.232-7003 Wide Area Workflow (WAWF) 252.232-7010 Levies on Contract Payments (DEC 2006) Notice of Supply Chain Risk Authorized Changes Only by the Contracting Officer System for Award Management Maintenance, as prescribed in FAR 4.1105(b) Ownership or Control of Offeror, as prescribed in FAR 4.1804(b) Commercial and Government Entity Code Maintenance, as prescribed in FAR 4.1804(c) Incorporation by Reference of Representations and Certifications, as prescribed in FAR 4.1202(b) Predecessor of Offeror, as prescribed in FAR 4.1804(d) Basic Safeguarding of Covered Contractor Information Systems, as prescribed in FAR 4.1903 Alternative Line Item Proposal, as prescribed in FAR 4.1008 Notice of Total Small Business Set-Aside, as prescribed in FAR 19.508(c) Post-Award Small Business Program Rerepresentation, as prescribed in FAR 19.309(c) Convict Labor, as prescribed in FAR 22.202 Child Labor�Cooperation with Authorities and Remedies, as prescribed in FAR 22.1505(b) Prohibition of Segregated Facilities, as prescribed in FAR 22.810(a)(1) Equal Opportunity, as prescribed in FAR 22.810(e) Equal Opportunity for Workers With Disabilities, as prescribed in FAR 22.1408(a) Service Contract Labor Standards, as prescribed in FAR 22.1006(a) Statement of Equivalent Rates for Federal Hires, as prescribed in FAR 22.1006(b) Combating Trafficking in Persons, as prescribed in FAR 22.1705(a)(1) Encouraging Contractor Policies to Ban Text Messaging While Driving, as prescribed in FAR 23.1105 Buy American�Supplies, as prescribed in FAR 25.1101(a)(1) Free Trade Agreement--Israeli Trade Act Restrictions on Certain Foreign Purchases, as prescribed in FAR 25.1103(a) Payment by Electronic Funds Transfer-- System for Award Management, as prescribed in FAR 32.1110(a)(1) Payment by Third Party, as prescribed in FAR 32.1110(d) Small Business Program Representations, as prescribed in FAR 19.309(a)(1) Affirmative Action Compliance, as prescribed in FAR 22.810(d) Contracts for Materials, Supplies,Articles and Equipment Exceeding $15,000 Buy American Certificate, as prescribed in FAR 25.1101(a)(2) Buy American -- Free Trade Agreements � Israeli Trade Act Certificate, as prescribed in FAR 25.1101(b(2(i) Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications, as prescribed in FAR 25.1103(e) Hazard Warning Labels, as prescribed in DFARS 223.303 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials, as prescribed in DFARS 223.7106 and 223.7106(a) Prohibition of Hexavalent Chromium, as prescribed in DFARS 223.7306 Export-Controlled Items, as prescribed in DFARS 225.7901-4 Electronic Submission of Payment Requests and Receiving Reports, as prescribed in DFARS 232.7004(a) Pricing of Contract Modifications, as prescribed in DFARS 243.205-70 Subcontracts for Commercial Items, as prescribed in DFARS 244.403 Safety of Facilities, Infrastructure, and Equipment for Military Operations, as prescribed in DFARS 246.270-4 Transportation of Supplies by Sea, as prescribed in DFARS 247.574(b) and (b)(1) Contractor Access to Federally Controlled Facilities and/or Unclassified Sensitive Information or Unclassified IT Systems Authorized Changes Only by the Contracting Officer Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation Application for U.S. Government Shipping Documentation/Instructions
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/27418816497c4d5daf90283c5d3b8992/view)
 
Place of Performance
Address: See Statement of Work.
 
Record
SN05655091-F 20200514/200512230155 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.