Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 23, 2022 SAM #7510
SOLICITATION NOTICE

N -- N--Electronic Filing System-Columbus MEPS

Notice Date
6/21/2022 6:33:55 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
W6QM MICC-FT KNOX FORT KNOX KY 40121-5000 USA
 
ZIP Code
40121-5000
 
Solicitation Number
W9124D22Q0182
 
Response Due
6/27/2022 11:00:00 AM
 
Archive Date
12/24/2022
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, 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)
 
Description
AMENDMENT NOTICE: 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 W9124D22Q0182 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 2022-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 337214 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 https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on: 2022-06-27 14:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Gahanna, OH 44135 The MICC Fort Knox requires the following items, Meet or Exceed, to the following: LI 001: Installation and Training. In accordance with (IAW) the performance work statement (PWS) included herein, the contractor shall provide installation and initial operator instructional training services. Note: Mechanical Equipment Installation does not include any electrical connections unless otherwise noted. Warranty period of coverage is for a period of 12 months from the start date of contract award., 1, EA; LI 002: IAW the PWS included herein, the contractor shall provide Removal and Disposal Services of the existing shelving systems no later than 30 days after date of award., 1, EA; LI 003: Required storage totes to place the files in during transition to new filing system., 104, EA; LI 004: Warranty and Maintenance Services. IAW the PWS included herein, the contractor shall provide Warranty Maintenance services for a period of coverage of 12 months in the first option period., 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 https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Knox intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. 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. MICC Fort Knox 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 Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com. Offerors that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should offerors 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 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 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: 52.222-21, 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.acqnet.gov/far. The following DFARS clauses are applicable under DFARS: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov. New equipment ONLY, NO remanufactured or used products. No ""GREY"" market items. FOB Destination CONUS (CONtinental U.S.) Bid MUST be good for 30 calendar days after submission No partial shipments unless otherwise specified at time of order In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM ) site at https://www.sam.gov/portal/public/SAM /within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL The Buy American Certificate, when attached, must be completed and faxed to 502-624-7165 before the end date and time of this solicitation. Digital copies of the certificate may be emailed to MarketplaceSupport@unisonglobal.com. 52.204-7-System for Award Management 52.212-1-Instructions to Offerors 52.212-3 (ALT I)-Reps & Certs 52.222-22-Previous Contracts and Compliance Reports 52.222-25-Affirmative Action Compliance 52.225-25-Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps & Certs 52.252-1-Provisions by Reference 252.203-7005-Representation Relating to Compensation of Former DoD Officials 252.204-7004-Alternate A, System for Award Management 252.209-7002-Disclosure of Ownership or Control by a Foreign Gov't 252.209-7993-Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law - Fiscal Year 2014 Appropriations Award will be made in the aggregate to the lowest priced, responsive, responsible offeror. Failure to submit a price on all items will render the quote non-responsive.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7441199240cc4b3bbec727c4ee79127e/view)
 
Place of Performance
Address: 775 Taylor Road , Gahanna, OH 44135, USA
Zip Code: 44135
Country: USA
 
Record
SN06363534-F 20220623/220621230100 (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.