SOLICITATION NOTICE
84 -- Equipment for Security Police Unit in Conakry, Guinea
- Notice Date
- 7/8/2020 5:49:43 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 922120
— Police Protection
- Contracting Office
- ACQUISITIONS - RPSO FRANKFURT WASHINGTON DC 20520 USA
- ZIP Code
- 20520
- Solicitation Number
- PR9132603-a
- Response Due
- 7/22/2020 12:00:00 AM
- Archive Date
- 01/18/2021
- 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
- HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
- 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 PR9132603-a 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 2020-07. The associated North American Industrial Classification System (NAICS) code for this procurement is 922120 with a small business size standard of 0.00 employees. This requirement is a Total HUB-Zone 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: 2020-07-22 17:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Elizabeth, NJ 07206 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001: universal clip pistol holster for medium & large frame semi-autos -- see attached for specifications, 40, EA; LI 002: AKM AK-47 slings -- see attached for specifications, 40, EA; LI 003: battering ram -- see attached for specifications, 4, EA; LI 004: police handcuffs with pouches -- see attached for specifications, 20, EA; LI 005: hinged nickel handcuffs with pouches -- see attached for specifications, 10, EA; LI 006: collapsible baton with sheath -- see attached for specifications, 50, EA; LI 007: Molle Radio Pouch -- see attached for specifications, 15, EA; LI 008: Level IIIA Body Armor Vest -- see attached for specifications, 40, EA; LI 009: 5""x 8"" Hard Trauma Plates -- see attached for specifications, 16, EA; LI 010: SHIPPING AND HANDLING, 1, lot; 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, Department of State 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. Department of State 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. Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with applicable manufacturer certification/ specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. Registration must be ""ACTIVE"" at the time of award. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. Registration must be ""ACTIVE"" at the time of award. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. Only new equipment is permitted. No grey market or refurbished products are permitted. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer's warranty and procured through a manufacturer-approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer-approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer's current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification/ specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. All bid prices must include shipping FOB Destination. No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 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, will apply: 52.203-6; 52.203-13, 52.204-10, 52.219-3, 52.222-19, 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 a FAR clause may be accessed electronically at http:// www.acquisition.gov/far/ In addition to providing pricing through the marketplace, Sellers MUST include certain non-pricing information as document(s) attached to their Bid, so they are received no later than the closing date and time of this Buy. Pricing will not be accepted if it is included in the attachment(s). Attachments shall not exceed 10 MB maximum size. Multiple attachments are permitted. Zipped files are not permitted. A Seller's failure to comply with these terms may result in its Bid being determined to be non-responsive. The attachment(s) must include the following non-pricing information: Vendor needs to provide descriptive literature: To have a bid considered for award, vendors must provide the manufacturer name, model, and extended specifications of the exact equipment being proposed for all line items - no exceptions. Offerers shall also provide with their proposal, at a minimum, existing product literature from the manufacturer or a third party (i.e. clearly identifying the source) substantiating the acceptability of their offered products in accordance with this solicitation. Failure to provide this information will result in a non- responsive bid and removal from award consideration. The Offerers shall list a minimum of three (3) contracts and/or subcontracts that they have held over the past five (5) years to demonstrate their prior experience in supplying the equipment in the required category, as stated and manifested in this solicitation, to companies , organizations and other Government entities, etc. Any additional information, such as letters, associations and standards to Name Criteria substantiate the past performance shall be furnished by the offerors. The offerors shall provide the following information for each contract and/or subcontract: (a) Customer's name, address, and telephone numbers of customer's lead contract and technical personnel; (b) Type(s) and category(ies) (c) Contract number; (d) Contract dollar value; and (e) Any terminations (partial or complete) and the reason (convenience or default). 52.212-2 EVALUATION COMMERCIAL (Oct 2014) 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 factors shall be used to evaluate offers: (i) price; (ii) technical capability of the item offered to meet the Government requirement; (iii) past performance (see FAR 15.304); Technical and past performance, when combined, are equal to the price.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0ce1606f8d834926afe9d68df7e5cedc/view)
- Place of Performance
- Address: Elizabeth, NJ 07206, USA
- Zip Code: 07206
- Country: USA
- Zip Code: 07206
- Record
- SN05715307-F 20200710/200708230145 (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 |