Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOLICITATION NOTICE

41 -- 41--Multiple Buildings A/C Consoles and Units 156th WG P.R Air National Guard, Carolina

Notice Date
5/25/2023 6:11:18 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7PA USPFO ACTIVITY PRANG 156 CAROLINA PR 00979-1514 USA
 
ZIP Code
00979-1514
 
Solicitation Number
W50S9323R0006
 
Response Due
6/5/2023 11:30:00 AM
 
Archive Date
12/02/2023
 
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
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 W50S9323R0006 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 2023-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 236220 with a small business size standard of $45.00M. 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: 2023-06-05 14:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Statement of Work. The USPFO PR 156 MSC W50S93 requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Supply and Installation of the following A/C Console equipment for Bldg.14 : 5 each 12 BTU 1 each 18 BTU 3 each 24 BTU 1 each 36 BTU Site Visit: To address complexities of this requirement a site visit will be conducted next Monday, June 1, 2023 at 9:00 am, EST (local time). Please forward all required documentation (see below for information) to Angel F. Solis at angel.solis.2@us.af.mil by 4:00pm EST on or before Thursday, June 1, 2020 to get a day pass for the site visit. Plan to arrive 15 minutes earlier to Base Main Gate. Base address: 200 Jose A. �Tony� Santana Avenue, Carolina PR 00979. To expedite the process to base access, the government will need to receive the following documents by 11 June 2020 at 3:00pm EST: � Firm Name and Telephone Number � Visitor�s Name � Copy of Driver�s License or any Identification Card in compliance with the Real ID Act � Citizenship Scheduled site visit is highly encouraged. We are trying to mitigate potential risks and damages for the government and potential contractor. We suggest you carry all necessary material to take notes during the visit, as needed., 1, EA; LI 002: Supply and Installation of the following A/C Console equipment for Bldg.6 : 1 each 4 Ton, 1, EA; LI 003: Supply and Installation of the following A/C Console equipment for Bldg.3: 2 each 24 BTU 2 each 36 BTU, 1, EA; LI 004: Supply and Installation of the following A/C Console equipment for Bldg.19: 2 each 24 BTU 2 each 36 BTU, 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, USPFO PR 156 MSC W50S93 intends to document bids online to be facilitated by the third-party Marketplace, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to document pricing. Offerors may submit bids during the specified period of time. USPFO PR 156 MSC W50S93 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. New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be ""ACTIVE"" at the time of award. 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/. Shipping must be free on board (FOB) destination O-CONUS (Outside of the 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 buy is an all or none type buy, offerors are expected to bid on all items otherwise offer shall not be considered.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/030390972de141b3a28bdcc7f1d4ceb4/view)
 
Place of Performance
Address: See Statement of Work.
 
Record
SN06694843-F 20230527/230525230114 (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  © 1994-2020, Loren Data Corp.