SOLICITATION NOTICE
49 -- 49--Small Arms Kit
- Notice Date
- 8/8/2022 10:34:12 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332994
— Small Arms, Ordnance, and Ordnance Accessories Manufacturing
- Contracting Office
- W6QM MICC-FT DRUM FORT DRUM NY 13602-5220 USA
- ZIP Code
- 13602-5220
- Solicitation Number
- Campbell5SFGTEW0005
- Response Due
- 8/15/2022 9:00:00 AM
- Archive Date
- 02/11/2023
- 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
- 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 Campbell5SFGTEW0005 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 332994 with a small business size standard of 1,000.00 employees. This requirement is a Small Business Set-Aside and only qualified sellers 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: 2022-08-15 12:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Fort Campbell, KY 42223 The MICC End User requires the following items, Brand Name Only (Exact Match), to the following: LI 001: KRA2407PC ROLL CAB BLACK CLASSIC 60, 1, EA; LI 002: FM1013436 FOAM - 18477 - 20593, 1, EA; LI 003: LASER12 STANDARD ETCH UP TO 12 CHAR, 214, EA; LI 004: SMT97R SNAP-ON MULTI TOOL, 1, EA; LI 005: FLU115 MULTIMETER, 1, EA; LI 006: SDMTR27 TORX TAMPPER INSERT BIT, 1, EA; LI 007: SDMTR30 TORX TAMPER INSERT BIT, 1, EA; LI 008: SDMTR40 TORX TAMPER INSERT BIT, 1, EA; LI 009: SDMTR45 TR TORX BIT, 1, EA; LI 010: SDMTR50 TR TORX BIT, 1, EA; LI 011: SGDMRCE44 RAT 5/POS S/GR RED SD, 1, EA; LI 012: SDML19KT POWER SCREWDRIVER LONG BIT SET, 1, EA; LI 013: YA52PBSQC 52 PC POWER BIT SET, 1, EA; LI 014: KRP5PB PARTS BOX, 1, EA; LI 015: CM6551A 5PC MINI SD SET, 1, EA; LI 016: GLASS30BK BLK SFTY GLS, 1, EA; LI 017: HBSE10 DEAD/BLW 10OZ SLIM SFT/GR HM, 1, EA; LI 018: HSPD16 DEAD/BLW COMBO 16OZ HM, 1, EA; LI 019: SET900WF MAGNET, FLEX WIRE, 1, EA; LI 020: PT28E MAGNETIC PICK-UP TOOL., 1, EA; LI 021: HBFN120B FILE SET SWISS PATTERN MINI, 1, EA; LI 022: AWTXL8 8PC L/SHP XLNG TORX WRSET, 1, EA; LI 023: PPC103A 4-3/32IN PIN PNCH, 2, EA; LI 024: PPC104A 4-3/4IN PIN PNCH, 2, EA; LI 025: PPC105A 5IN PIN PNCH, 2, EA; LI 026: PPC106A 5-1/4IN PIN PNCH, 2, EA; LI 027: PPC110A 5-1/4IN PIN PNCH, 2, EA; LI 028: PPC108A 5-3/4IN PIN PNCH, 2, EA; LI 029: PPC203A 5-1/2IN STR PNCH, 2, EA; LI 030: PPC204A 5-3/4IN STR PNCH, 2, EA; LI 031: PPC205A 6IN STR PNCH, 2, EA; LI 032: PPC206A 6-1/4IN STR PNCH, 2, EA; LI 033: PPC208A 6-3/4IN STR PNCH, 2, EA; LI 034: PPC210A 7-1/4IN STR PNCH, 2, EA; LI 035: TMA2.5E 1/4DR 5/64"" STD HX SKT DR, 1, EA; LI 036: TMA2E 1/4DR 1/16"" STD HX SKT DR, 1, EA; LI 037: TMA3.5E 1/4DR 7/64"" STD HX SKT DR, 1, EA; LI 038: TMA3E 1/4DR 3/32"" STD HX SKT DR, 1, EA; LI 039: TMA4.5E 1/4DR 9/64"" STD HX SKT DR, 1, EA; LI 040: TMA4E 1/4DR 1/8"" STD HX SKT DR, 1, EA; LI 041: TMA5E 1/4DR 5/32"" STD HX SKT DR, 1, EA; LI 042: TMA6E 1/4DR 3/16"" STD HX SKT DR, 1, EA; LI 043: TMA7E 1/4DR 7/32"" STD HX SKT DR, 1, EA; LI 044: TMA8E 1/4DR 1/4"" STD HX SKT DR, 1, EA; LI 045: TMAM2.5E 1/4DR 2.5MM STD HX SKT DR, 1, EA; LI 046: TMAM2E 1/4DR 2MM STD HX SKT DR, 1, EA; LI 047: TMAM3E 1/4DR 3MM STD HX SKT DR, 1, EA; LI 048: TMAM4E 1/4DR 4MM STD HX SKT DR, 1, EA; LI 049: TMAM5E 1/4DR 5MM STD HX SKT DR, 1, EA; LI 050: TMAM6E 1/4DR 6MM STD HX SKT DR, 1, EA; LI 051: FTX27E 3/8DR T27 STD TORX SKT DR, 1, EA; LI 052: FTX30E 3/8DR T30 STD TORX SKT DR, 1, EA; LI 053: FTX40E 3/8DR T40 STD TORX SKT DR, 1, EA; LI 054: FTX45E 3/8DR T45 STD TORX SKT DR, 1, EA; LI 055: FTX47E 3/8DR T47 GM TORX SKT DR, 1, EA; LI 056: FTX50E 3/8DR T50 STD TORX SKT DR, 1, EA; LI 057: FTXR27E 3/8DR T27 TR TORX SKT DR, 1, EA; LI 058: FTXR30E 3/8DR T30 TR TORX SKT DR, 1, EA; LI 059: FTXR40E 3/8DR T40TR TORX SKT DR, 1, EA; LI 060: FTXR45E 3/8DR T45 TR TORX SKT DR, 1, EA; LI 061: FTXR50E 3/8DR T50 TR TORX SKT DR, 1, EA; LI 062: TTXR10E 1/4DR T10 TR TORX SKT DR, 1, EA; LI 063: TTXR15E 1/4DR T15 TR TORX SKT DR, 1, EA; LI 064: TTXR20E 1/4DR T20 TR TORX SKT DR, 1, EA; LI 065: TTXR25E 1/4DR T25 TR TORX SKT DR, 1, EA; LI 066: TTXR8E 1/4DR T8 TR TORX SKT DR, 1, EA; LI 067: VSG4LN 4IN LONG NOSE LOCKING PLIERS, 1, EA; LI 068: 95ACF 6IN NEEDLE NOSE PLIERS, 1, EA; LI 069: VSG6LN 6IN LONG NOSE LOCKING PLIERS, 1, EA; LI 070: 609CF 9IN STORK DUCK BILL PLIERS, 1, EA; LI 071: 908CF 9IN STORK NEEDLE NOSE PLIERS, 1, EA; LI 072: 496CF 7IN BENT NEEDLE NOSE PLIERS, 1, EA; LI 073: 497ACF 90DEG LONG NOSE PLIERS, 1, EA; LI 074: 84CF 4IN DIAG CUTTER, 1, EA; LI 075: 86ACFCT 6IN DIAGONAL CUTTER, 1, EA; LI 076: 808CF 7IN LG MINI DIAG CUTTER RED, 1, EA; LI 077: PWC52A JAW PLIERS, 1, EA; LI 078: LP10WR 10IN PLIER CURVED JAW W/CUTTER, 1, EA; LI 079: WTG10A 10IN WIRE TWIST PLIER, 1, EA; LI 080: RULER6 6IN STEEL RULE, 2, EA; LI 081: FB325A FEELER GA, 1, EA; LI 082: WTSTC323 TOOL SAFTCABL .032 WIRE 3IN NS, 1, EA; LI 083: TPMA10 10FT STD METRIC TAPE MEASURE, 1, EA; LI 084: YA148 SCRIBE SET, 3PC 12IN L, 1, EA; LI 085: YA149A 7PC SCRIBE/PICK SET, 1, EA; LI 086: SHDX60R 6PC COMBO INS H/GR RED SD SET, 1, EA; LI 087: SGDP122BR PH 2 INS CAB S/GR RED SD, 1, EA; LI 088: SGD4120BR FLT .032IN INS CAB S/GR RED SD, 1, EA; LI 089: AWBCG1600 8PC T/SHP BHX WRSET, 1, EA; LI 090: SOEX10 5/16IN STD F/DR+ COMWR, 1, EA; LI 091: SOEX12 3/8IN STD F/DR+ COMWR, 1, EA; LI 092: SOEX14 7/16IN STD F/DR+ COMWR, 1, EA; LI 093: SOEX16 1/2IN STD F/DR+ COMWR, 1, EA; LI 094: SOEX18 9/16IN STD F/DR+ COMWR, 1, EA; LI 095: SOEX20 5/8IN STD F/DR+ COMWR, 1, EA; LI 096: SOEX22 11/16IN STD F/DR+ COMWR, 1, EA; LI 097: SOEX24 3/4IN STD F/DR+ COMWR, 1, EA; LI 098: SOEX26 13/16IN STD F/DR+ COMWR, 1, EA; LI 099: SOEX28 7/8IN STD F/DR+ COMWR, 1, EA; LI 100: SOEXM10 12PT 10MM F/DR+ STD COMWR, 1, EA; LI 101: SOEXM11 12PT 11MM F/DR+ STD COMWR, 1, EA; LI 102: SOEXM12 12PT 12MM F/DR+ STD COMWR, 1, EA; LI 103: SOEXM13 12PT 13MM F/DR+ STD COMWR, 1, EA; LI 104: SOEXM14 12PT 14MM F/DR+ STD COMWR, 1, EA; LI 105: SOEXM15 12PT 15MM F/DR+ STD COMWR, 1, EA; LI 106: SOEXM16 12PT 16MM F/DR+ STD COMWR, 1, EA; LI 107: SOEXM17 12PT 17MM F/DR+ STD COMWR, 1, EA; LI 108: SOEXM18 12PT 18MM F/DR+ STD COMWR, 1, EA; LI 109: SOEXM19 12PT 19MM F/DR+ STD COMWR, 1, EA; LI 110: T72 1/4DR 72T STD RAT, 1, EA; LI 111: F80 3/8DR 80T STD RAT, 1, EA; LI 112: S80A 1/2DR 80T STD RAT, 1, EA; LI 113: TMXWP2 1/4DR 2IN WBLP EXT, 1, EA; LI 114: TMXWP4 1/4DR 4IN WBLP EXT, 1, EA; LI 115: FXWP3 3/8DR 3IN FRIC BLL WBLP EXT, 1, EA; LI 116: FXWP6 3/8DR 6IN FRIC BLL WBLP EXT, 1, EA; LI 117: SXWP3 1/2DR 3IN WBLP EXT, 1, EA; LI 118: SXWP5 1/2DR 5IN WBLP EXT, 1, EA; LI 119: SWM121A 1/2DR 12PT 12MM SHL SKT, 1, EA; LI 120: SWM131A 1/2DR 12PT 13MM SHL SKT, 1, EA; LI 121: SWM141A 1/2DR 12PT 14MM SHL SKT, 1, EA; LI 122: SWM151A 1/2DR 12PT 15MM SHL SKT, 1, EA; LI 123: SWM161 1/2DR 12PT 16MM SHL SKT, 1, EA; LI 124: SWM171 1/2DR 12PT 17MM SHL SKT, 1, EA; LI 125: SWM181 1/2DR 12PT 18MM SHL SKT, 1, EA; LI 126: SWM191 1/2DR 12PT 19MM SHL SKT, 1, EA; LI 127: SWM201 1/2DR 12PT 20MM SHL SKT, 1, EA; LI 128: SWM211 1/2DR 12PT 21MM SHL SKT, 1, EA; LI 129: SWM221 1/2DR 12PT 22MM SHL SKT, 1, EA; LI 130: SWM231 1/2DR 12PT 23MM SHL SKT, 1, EA; LI 131: SWM241 1/2DR 12PT 24MM SHL SKT, 1, EA; LI 132: SW161A 1/2DR 12PT 1/2"" SHL SKT, 1, EA; LI 133: SW181A 1/2DR 12PT 9/16"" SHL SKT, 1, EA; LI 134: SW201 1/2DR 12PT 5/8"" SHL SKT, 1, EA; LI 135: SW221 1/2DR 12PT 11/16"" SHL SKT, 1, EA; LI 136: SW241 1/2DR 12PT 3/4"" SHL SKT, 1, EA; LI 137: SW261 1/2DR 12PT 13/16"" SHL SKT, 1, EA; LI 138: SW281 1/2DR 12PT 7/8"" SHL SKT, 1, EA; LI 139: SW301 1/2DR 12PT 15/16"" SHL SKT, 1, EA; LI 140: SW321 1/2DR 12PT 1"" SHL SKT, 1, EA; LI 141: FM10 3/8DR 12PT 10MM SHL SKT, 1, EA; LI 142: FM11 3/8DR 12PT 11MM SHL SKT, 1, EA; LI 143: FM12 3/8DR 12PT 12MM SHL SKT, 1, EA; LI 144: FM13 3/8DR 12PT 13MM SHL SKT, 1, EA; LI 145: FM14 3/8DR 12PT 14MM SHL SKT, 1, EA; LI 146: FM15 3/8DR 12PT 15MM SHL SKT, 1, EA; LI 147: FM16 3/8DR 12PT 16MM SHL SKT, 1, EA; LI 148: FM17 3/8DR 12PT 17MM SHL SKT, 1, EA; LI 149: FM18 3/8DR 12PT 18MM SHL SKT, 1, EA; LI 150: FM19 3/8DR 12PT 19MM SHL SKT, 1, EA; LI 151: FM8 3/8DR 12PT 8MM SHL SKT, 1, EA; LI 152: FM9 3/8DR 12PT 9MM SHL SKT, 1, EA; LI 153: GSF121 3/8 DR 12PT 3/8"" DP SKT, 1, EA; LI 154: GSF141 3/8 DR 12PT 7/16"" DP SKT, 1, EA; LI 155: GSF161 3/8 DR 12PT 1/2"" DP SKT, 1, EA; LI 156: GSF181 3/8 DR 12PT 9/16"" DP SKT, 1, EA; LI 157: GSF201 3/8 DR 12PT 5/8"" DP SKT, 1, EA; LI 158: GSF221 3/8 DR 12PT 11/16"" DP SKT, 1, EA; LI 159: GSF241 3/8 DR 12PT 3/4"" DP SKT, 1, EA; LI 160: F121 3/8DR 12PT 3/8"" SHL SKT, 1, EA; LI 161: F141 3/8DR 12PT 7/16"" SHL SKT, 1, EA; LI 162: TA3 ADAPTOR, 1, EA; LI 163: AWXL13 13PC L/SHP XLNG WRSET, 1, EA; LI 164: AWMXL10 10PC L/SHP XLNG MET WRSET, 1, EA; LI 165: AWTXL8 8PC L/SHP XLNG TORX WRSET, 1, EA; LI 166: HBBT16 16OZ BRNZ TP HM, 1, EA; LI 167: AC5C 7-7/8IN HND SCRTC BRSH, 2, EA; LI 168: GA501A PARTS CLEANING BRUSH, 2, EA; LI 169: ECARB042A FLEX LIGHT RED W/ALUM HEAD, 1, EA; LI 170: ECHDB022 RECHARGEABLE HEAD LAMP, 1, EA; LI 171: PPB408A 4IN BRNZ PIN PNCH, 1, EA; LI 172: PPB612A 6IN BRONZE PIN PNCH, 1, EA; LI 173: PPB816A 8IN BRNZ DRFT PNCH, 1, EA; LI 174: CTS861K2 14.4V BLDC SCREWDRIVER KIT, 1, EA; LI 175: MSTECHHDL EXT HANDLE - ELEC SCREWDRIVER, 1, EA; LI 176: LIL15520 STONE SET 3-4-1/4 280 GRIT, 1, EA; LI 177: LIL15510 STONE SET 3-4-1/4 180 GRIT, 1, EA; LI 178: LIL15500 STONE SET 3-4-1/4 80 GRIT, 1, EA; LI 179: TB10A COLLAPSIBLE TOTE BAG, 1, EA; LI 180: TB40 TOTE BAG 17X9X11, 1, EA; LI 181: BK5600DUAL55 DIG VIDSCOPE W/5.5 DUAL IMGR, 1, EA; LI 182: FCO12A 3/8DR 3/8IN O/END C/FTWR, 1, EA; LI 183: FCO14A 3/8DR 7/16IN O/END C/FTWR, 1, EA; LI 184: FCO16A 3/8DR 1/2IN O/END C/FTWR, 1, EA; LI 185: FCO18A 3/8DR 9/16IN O/END C/FTWR, 1, EA; LI 186: FCO20A 3/8DR 5/8IN O/END C/FTWR, 1, EA; LI 187: FCO22A 3/8DR 11/16IN O/END C/FTWR, 1, EA; LI 188: FCO24A 3/8DR 3/4IN O/END C/FTWR, 1, EA; LI 189: FCO26A 3/8DR 13/16IN O/END C/FTWR, 1, EA; LI 190: FCO28A 3/8DR 7/8IN O/END C/FTWR, 1, EA; LI 191: FCO30A 3/8DR 15/16IN O/END C/FTWR, 1, EA; LI 192: FCO32A 3/8IN DR 1IN O/END C/FTWR, 1, EA; LI 193: FCOM10A 3/8DR 10MM O/END C/FTWR, 1, EA; LI 194: FCOM11A 3/8DR 11MM O/END C/FTWR, 1, EA; LI 195: FCOM12A 3/8DR 12MM O/END C/FTWR, 1, EA; LI 196: FCOM13A 3/8DR 13MM O/END C/FTWR, 1, EA; LI 197: FCOM14A 3/8DR 14MM O/END C/FTWR, 1, EA; LI 198: FCOM15A 3/8DR 15MM O/END C/FTWR, 1, EA; LI 199: FCOM16A 3/8DR 16MM O/END C/FTWR, 1, EA; LI 200: FCOM17A 3/8DR 17MM O/END C/FTWR, 1, EA; LI 201: FCOM18A 3/8DR 18MM O/END C/FTWR, 1, EA; LI 202: FCOM19A 3/8DR 19MM O/END C/FTWR, 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 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 End User 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 End User 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 https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com. Offerers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.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 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 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 is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions � Commercial Items. 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, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf ""52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report"" Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law. Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is more important than price."" No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an ?all-or-nothing? basis. 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer (Phone: (315)772-7272 or Email: usarmy.drum.acc-micc.mbx.micc@mail.mil). However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: https://www.amc.army.mil/Connect/Legal-Resources/ . If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. Wide Area WorkFlow Payment Instructions Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@army.mil or call 315-772-5582. In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product. ****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED***** Representation and Representation Disclosures Reporting During Contract Performance
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c7d4a5a489f64567a249145e3097108a/view)
- Place of Performance
- Address: 7194 J Line Road , Fort Campbell, KY 42223, USA
- Zip Code: 42223
- Country: USA
- Zip Code: 42223
- Record
- SN06418134-F 20220810/220808230116 (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 |