SOLICITATION NOTICE
R -- Master BPA - Public Notices, DR-4339-PR
- Notice Date
- 6/8/2020 12:08:11 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511110
— Newspaper Publishers
- Contracting Office
- FEMA WASHINGTON DC 20472 USA
- ZIP Code
- 20472
- Solicitation Number
- 70FBR220Q00000081
- Response Due
- 6/12/2020 12:00:00 AM
- Archive Date
- 12/09/2020
- 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
- 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 70FBR220Q00000081 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 511110 with a small business size standard of 1,000.00 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, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-06-12 17:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Place of Performance. The DHS Federal Emergency Management Agency requires the following items, Purchase Description Determined by Line Item, to the following: Base Period of Performance: 06/18/2020 - 06/17/2021 LI 001: Public Notice Advertisement - Based on one-half page of approximately 900 words in both Spanish and English versions. Pricing is based on an estimated order maximum of 26 public notices. Consisting of (13) Spanish & (13) English versions for each notice to be published. ""see Attachment 01 - Statement of Work for additional details."", 26, Each; LI 002: Affidavit - Required for each notice to be published, both Spanish & English versions. ""see Attachment 01 - Statement of Work for additional details."", 26, Each; 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. This Blanket Purchase Agreement award type (�Agreement�) is intended to establish contractual terms under which awardees will offer supplies and/or services in response to subsequent orders from the Buyer. Where applicable, the terms of this Agreement shall be based on the awardee�s contract vehicle. The Buyer intends to award either a single Agreement or multiple Agreements for the same or similar supplies to one or more sources under this Buy. Call Orders � Compete: This Agreement does not create an obligation to buy any supplies or services. The Buyer intends to create orders for competition and is therefore obligated only to the extent of subsequent authorized purchases actually made under this Agreement. Call Order � Purchase: The Buyer intends to place subsequent fixed-price orders from this Master BPA. Sellers bidding on this opportunity must have the items requested on the awarded BPA. A blanket purchase agreement (BPA) is a simplified method of filling anticipated repetitive needs for supplies or services. It is the intent of the Federal Emergency Management Agency (FEMA) to establish one or multiple BPAs in response to this solicitation. This solicitation is set-aside for local firms. In this case ""local firms"" is defined as those companies residing or doing business primarily in The Commonwealth of Puerto Rico. This local area set-aside is in accordance with FAR 26.202 and the Robert T. Stafford Disaster Relief and Emergency Act (42 U.S.C. 5121), which states preference shall be given, to the extend feasible and practicable, to local firms when awarding emergency response contracts during a major disaster. PROPOSALS WILL ONLY BE CONSIDERED FROM COMPANIES RESIDING OR DOING BUSINESS PRIMARILY IN THE COMMONWEALTH OF PUERTO RICO. Potential offerors must meet the requirements for FAR 52.226-3, FAR 52.226-4, and FAR 52.226-5 and be operating within DR-4339-PR, The Commonwealth of Puerto Rico, which will be verified upon selection for award or otherwise will be determined ineligible for award. Local vendor determination will be based on SAM registration as defined by FAR 52.226-3(c). If the offeror does not meet representation criteria per FAR 52.226-3(c), the offeror shall furnish documentation to support its representation IAW FAR 52.226-3(c). The period of performance for any BPA awarded in response to this solicitation will be for a period of 12-months after date of award. The Government will evaluate quotes received in accordance with FAR 13.106-2, Evaluation of Quotations or Offers. A best value determination will be considered using the following factors; Price and Past Performance, not necessarily in that order. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. 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. The Contractor/Provider shall comply fully with Section 504 of the Rehabilitation Act of 1973, as amended, which prohibits discrimination against qualified individuals with disabilities. No otherwise qualified individual with a disability shall, solely by reason of his or her disability, be excluded from participation in, be denied the benefits of, or subjected to discrimination under any program or activity for which the Contractor/Provider is awarded a contract and/or receives federal financial assistance from the Federal Emergency Management Agency. This includes, but is not limited to, providing reasonable accommodations and modifications to ensure effective communication access, physical access, and program access to all participants, including persons with disabilities. The Contractor/Provider shall incorporate this language in any subcontracts related to the provision of the FEMA public-facing program or activity. 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/. 52.202-1 DEFINITIONS; 52.203-5 COVENANT AGAINST CONTINGENT FEES ANTI-KICKBACK PROCEDURES; 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS; 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE; 52.223-3 HAZARDOUS MATERIAL IDENTIFICATION ADN MATERIAL SAFETY DATA; 52.223-5 POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION; 52.223-11 OZONE-DEPLETING SUGSTANCES AND HIGH GLABAL WARMING POTENTIAL HYDROFLUOROCARBONS; 52.223-19 COMPLIANCE WITH ENVIRONMENTAL MANAGEMENT SYSTEMS; 52.232-1 PAYMENTS; 52.233-3 PROTEST AFTER AWARD; 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM; 52.243-1 CHANGES-FIXED PRICE; 52.246-4 INSPECTION OF SERVICES - FIXED PRICE; 52.253-1 COMPUTER GENERATED FORMS The full text of the referenced FAR clauses may be accessed electronically at https:// www.acquisition.gov/far/.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/88f33567caee48c09a8d6d8666348c88/view)
- Place of Performance
- Address: See Place of Performance.
- Record
- SN05683064-F 20200610/200608230147 (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 |