Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 17, 2023 SAM #7872
SOLICITATION NOTICE

61 -- 61--Forklift Battery and Battery Chargers

Notice Date
6/15/2023 10:19:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335910 —
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N0060423Q4067
 
Response Due
6/16/2023 2:00:00 PM
 
Archive Date
12/13/2023
 
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 N0060423Q4067 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 2023-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 335910 with a small business size standard of 1,250.00 employees. This requirement is a Small Business Set-Aside and only qualified sellers may submit quotes. 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: 2023-06-16 17:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Joint Base Pearl Harbor Hickam, HI 96860 The FLC - Pearl Harbor requires the following items, Brand Name or Equal, to the following: LI 001: Raymond EASIDR25TT Battery 12-125-15-WEE-Custom (36 x 14 x 30.37) EE Rated, 1, EA; LI 002: Raymond EASIDR25TT Charger AAES24-850G3BCE 3-Phase, 208/240/480 VAC, 1, EA; LI 003: Toyota 8FBCU20 Battery 18-85-25WEE-2 (38.25 x 29.13 x 23.25) EE Rated, 1, EA; LI 004: Toyota 8FBCU20 Charger AAES36-975G3BCE 3-Phase, 208/240/480 VAC, 1, EA; LI 005: Freight for All items FOB Destination, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested Sellers 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, FLC - Pearl Harbor 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. A Seller may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Pearl Harbor 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 quotes. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a quote on https://marketplace.unisonglobal.com.Sellers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Sellers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Sellers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith quotes, 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 Sellers 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. Equipment Condition: New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. No partial shipments allowed: No partial shipments are permitted unless specifically authorized at the time of award. Preferred Delivery date of 60 Sixty Days after award but no later than 90 ninety days delivery date Offer period: Bid MUST be good for 30 calendar days after close of Buy. FAR Site: The full text of the referenced FAR clauses/provisions may be accessed electronically at https://www.acquisition.gov/?q=browsefar DFARS Site: The full text of the referenced DFARS clauses/provisions may be accessed electronically at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ SAM Registration: All offerors are required to have an active registration in System for Award Management (SAM) to respond to federal solicitations. To register in SAM, please go to https://www.sam.gov/. Any active or inactive exclusions in SAM may preclude an award being made to your company. Sellers understand that the Marketplace ranks all Bids by price; however, sellers will be evaluated by the Buyer in accordance with the basis established in the solicitation and pursuant to applicable acquisition regulations and/or departmental guidelines. The award decision is the sole discretion of the Buyer. The basis of award will be low price technically acceptable (LPTA). Offers will be considered Technical acceptable if they include all items requested as well as submission of the attached Far provisions or include a note that their sam.gov registration is current and reflects the current status of the registered entity to be considered eligible for award. FAR 52.212-3 ALT I * Please complete ALT I and return it with your quote. - This form contains the information that is in your SAM registration, please scroll to page 4 section (2).- If no update to your companys information is needed, please type in NA 52.211-6: Brand Name or Equal Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 System for Award Management OCT 2018 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020 System for Award Management Maintenance OCT 2018 Commercial and Government Entity Code Reporting AUG 2020 Ownership or Control of Offeror AUG 2020 Commercial and Government Entity Code Maintenance AUG 2020 Predecessor of Offeror AUG 2020 Basic Safeguarding of Covered Contractor Information Systems NOV 2021 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities NOV 2021 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment NOV 2021 Covered Telecommunications Equipment or Services--Representation OCT 2020 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015 Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Products and Commercial Services MAR 2023 Post-Award Small Business Program Rerepresentation OCT 2022 Convict Labor JUNE 2003 Child LaborCooperation with Authorities and Remedies DEC 2022 Prohibition of Segregated Facilities APR 2015 Previous Contracts and Compliance Reports FEB 1999 Affirmative Action Compliance APR 1984 Equal Opportunity SEP 2016 Equal Opportunity for Workers with Disabilities JUN 2020 Combating Trafficking in Persons NOV 2021 Encouraging Contractor Policies to Ban Text Messaging While Driving JUN 2020 Public Disclosure of Greenhouse Gas Emissions and Reduction GoalsRepresentation DEC 2016 Restrictions on Certain Foreign Purchases FEB 2021 Unenforceability of Unauthorized Obligations JUN 2013 Providing Accelerated Payments to Small Business Subcontractors NOV 2021 Protest after Award AUG 1996 Applicable Law for Breach of Contract Claim OCT 2004 Solicitation Provisions Incorporated by Reference FEB 1998 Clauses Incorporated by Reference FEB 1998 Authorized Deviations in Provisions NOV 2020 Authorized Deviations in Clauses NOV 2020 Requirements Relating to Compensation of Former DoD Officials SEP 2011 Requirement to Inform Employees of Whistleblower Rights DEC 2022 Representation Relating to Compensation of Former DoD Officials SEP 2022 Control of Government Personnel Work Product APR 1992 Notice of Authorized Disclosure of Information for Litigation Support JAN 2023 Covered Defense Telecommunications Equipment or Services--Representation DEC 2019 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation MAY 2021 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2023 Notice of NIST SP 800-171 DoD Assessment Requirements. MAR 2022 Item Unique Identification and Valuation JAN 2023 Prohibition of Hexavalent Chromium JAN 2023 Buy American--Balance of Payments Program Certificate--Basic NOV 2014 Buy American and Balance of Payments Program--Basic JAN 2023 Preference for Certain Domestic Commodities APR 2022 Representation Regarding Business Operations with the Maduro Regime MAY 2022 Prohibition Regarding Business Operations with the Maduro Regime JAN 2023 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) MAY 2020 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft SystemsRepresentation. (DEVIATION 2020-O0015) MAY 2020 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 Wide Area WorkFlow Payment Instructions JAN 2023 Levies on Contract Payments DEC 2006 Subcontracts for Commercial Products and Commercial Services JAN 2023 Notification of Potential Safety Issues JAN 2023 Transportation of Supplies by Sea--Basic JAN 2023 Ombudsman OCT 2019
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/126a9a07a3a94f9f8760b4051301d81a/view)
 
Place of Performance
Address: NAVSUP FLC PEARL HARBOR 690 North Hampton Ave. Bldg. 449, Joint Base Pearl Harbor Hickam, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN06717929-F 20230617/230616060714 (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.