Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2020 SAM #6761
SOLICITATION NOTICE

49 -- Silica Decontamination Booth

Notice Date
6/1/2020 12:40:22 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332322 — Sheet Metal Work Manufacturing
 
Contracting Office
NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
 
ZIP Code
92136
 
Solicitation Number
N00244-20-R-0039
 
Response Due
6/4/2020 12:00:00 AM
 
Archive Date
12/01/2020
 
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)
 
Awardee
null
 
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 N00244-20-R-0039 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 2020-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 332322 with a small business size standard of 500.00 employees. This requirement is unrestricted and only qualified offerors 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: 2020-06-04 17:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Ridgecrest, CA 93555 The FLC - San Diego requires the following items, Brand Name or Equal, to the following: LI 001: Silica Decontamination Unit - Brand name or Equal to: Clothes Cleaning Systems' Tempest WindDraft II. - Booth - 240 Gallon Tank - 3 hp 3 phase exhaust blower - VFD (variable frequency drive) - Skid Mounted - 40 hp Screw Air Compressor, complete with pre-filter & single tower dryer. Mounted on skid Year supply of filters: - 24"" x 24"" x 2"" Pre-Filter (12 per box, requires 2 per change) - 24"" x 24"" x 12"" HEPA Filter Box (Price is for 2, requires 2 per change) - 29"" X 29"" 22 gram top filter ------------------------------------------- If not providing the brand-name item, please provide drawings and the technical specifications of the ""equal"" system. Delivery on 15 June 2020, to: NCTC Detachment China Lake, CA 1 Admin Circle BLDG 02681 STOP 1102 Ridgecrest, CA 93555, 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, FLC - San Diego 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - San Diego 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 quotes. All responsible Offerers 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. 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 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 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. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 332322 and the Small Business Standard is 500 employees. FAR 52.247-34, F.o.b. Destination applies New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. 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. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Instructions to Offerors - Commercial Items Evaluation-Commercial Items As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation-Commercial Items (Oct 2014) (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following evaluation factors are listed in descending order of importance: (i) technical capability of the item offered to meet the Government requirement; (ii) price In accordance with FAR 15.304, offerors must be considered technically acceptable before price is considered. The requirements of this contract are brand-name or equal to Cleaning Clothes Cleaning Systems� Tempest WindDraft II silica decontamination booth. At a minimum, an equal product must be skid mounted for moving, self-contained, automated, and provides cleaning to two employees in less than a minute to maximize the reduction of secondary silica exposure. . (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.212-4 Contract Terms and Conditions-Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. 52.232-18 Availability of Funds 252.211-7003 Item Identification & Valuation (AUG 2008) Buy American-Free Trade Agreements-Israeli Trade Act Certificate Buy American-Free Trade Agreements-Israeli Trade Act 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) Control of Government Personnel Work Product (April 1992) Safeguarding of Unclassified Controlled Technical Information Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) Wide Area WorkFlow Payment Instructions Sellers understand that the Marketplace ranks all Bids by price; however, sellers will be evaluated by the Buyer in accordance with the basis established in the solicitation and pursuant to applicable acquisition regulations and/or departmental guidelines. The award decision is the sole discretion of the Buyer.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9c6a1adf393c4fc88ddee229d9981fed/view)
 
Place of Performance
Address: Ridgecrest, CA 93555, USA
Zip Code: 93555
Country: USA
 
Record
SN05676068-F 20200603/200601230146 (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.