Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2019 FBO #6499
MODIFICATION

25 -- Turf Sprayer

Notice Date
9/9/2019
 
Notice Type
Modification/Amendment
 
Contracting Office
43200 Maple Street, Selfridge, MI 48045
 
ZIP Code
48045
 
Solicitation Number
W912JB-19-Q-0139
 
Response Due
9/10/2019
 
Archive Date
3/8/2020
 
Point of Contact
Name: Brenda Scanlon, Title: Contract Specialist, Phone: 5862395036, Fax:
 
E-Mail Address
brenda.y.scanlon.mil@mail.mil;
 
Small Business Set-Aside
Total Small Business
 
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 W912JB-19-Q-0139 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 2019-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 333111 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] 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 will end on 2019-09-10 14:30:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be Harrison Twp., MI 48045 The Michigan Air National Guard Consolidated Contracting (MACC) requires the following items, Meet or Exceed, to the following: LI 001: Vehicle sprayer system - see attachment for characteristics, 1, EA; LI 002: Cap and Gasket for Systemic Nozzles for vehicle sprayer system, 11, EA; LI 003: Brown 0.50 gpm nozzle @40 PSI for vehicle sprayer system, 11, EA; LI 004: Foam Marking Kit for vehicle sprayer system, 1, EA; LI 005: Foam Marker Finish Kit for vehicle sprayer system, 1, EA; LI 006: Universal Sunshade, White for vehicle sprayer system, 1, EA; LI 007: Electric Hose Reel Kit (KZ Valve ) for vehicle sprayer system, 1, EA; LI 008: TPP-Comprehensive 3 year coverage, 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 www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Michigan Air National Guard Consolidated Contracting (MACC) 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. Michigan Air National Guard Consolidated Contracting (MACC) 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 www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.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 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 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. 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 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://sam.gov/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 following Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses apply to this solicitation: 252.203-7005 Representation Relating to Compensation of Former DOD officials 252.204-7004, Alternate A 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Applicable to Defense Acquisitions of Commercial Items (Deviation) 252.204-7011 Alternative Line Item Structure 252.217-7019 ALT I, Sanitary Conditions-Alternate I 252.217-7022, Code Dating 252.217-7023, Marking 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.232-7003, Electronic Submission of Payment Requests 252.225-7000 Buy American Statute-Balance of Payments Program Certificate 252.243-7002, Requests for Equitable Adjustment 252.246-7000, Material Inspection and Receiving Report The following FAR Provisions and Clauses apply to this acquisition: 52.203-3, Gratuities 52.203-6 ALT I, Restrictions of Subcontractor Sales to the Government 52.204-4, Printed or Copied-Double Sided on Recycled Paper 52.204-7, Central Contractor Registration 52.204-9, Personal Identity Verification of Contractor Personnel 52.211-6 Brand Name or Equal 52.211-16, Variation in Quantity (25% Increase/25% Decrease) 52.212-1, Instructions to Offerors-Commercial Items 52.212-2, Evaluation-Commercial Items (Evaluation factors being price and past performance with each being equally considered in the evaluation process) 52.212-3 ALT I, Offeror Representation and Certifications-Commercial Items Alternate I 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 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 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration 52.233-2, Service of Protest 52.232-18 Availability of Funds 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.247-34, F.O.B. Destination 52.252-1, Solicitation Provisions Incorporated By Reference 52.252-2, Clauses Incorporated By Reference 52.252-6, Authorized Deviations in Clauses A copy of FAR Clause 52.212-3 with Alt I, Contractor Representations and Certifications - Commercial Items, must be completed and submitted with quotation. A copy is available at http://www.arnet.gov.far/. By submission of a quote, offeror acknowledges the requirement that a prospective awardee must be registered in SAM prior to award, during performance, and through final payment of any contract resulting from this RFQ. Quotes valid through 30 September 2019 are requested. The request for quote is for pricing only. Funds are not presently available for this Requirement. The Government"s obligation under this requirement is contingent upon the availability of appropriated funds from which contract award can be made. Quotes valid through 30 September 2019 are requested. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Shipping must be free on board (FOB) destination CONUS (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 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/. The contractor shall submit warranty terms and conditions with their submitted quote. Must include 1 year warranty. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13, System for Award Management Maintenance 52.209-6, Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.212-5 (Dev), Contract Terms and Conditions Required to Implement 52.219-28, Post-Award Small Business Program Representation 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-1, Disputes 52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003, Control of Government Personnel Work Product 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.211-7003, Item Unique Identification and Valuation 252.225-7002, Qualifying Country Sources as Subcontractors 252.225-7036 Alt I, Buy American ”Free Trade Agreements ”Balance of Payments Program, Alternate I 252.225-7048, Export-Controlled Items 252.232-7006, Wide Area WorkFlow Payment Instructions 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea 252.247-7024, Notification of Transportation of Supplies by Sea
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b840f149b3619a1c6f6463f78976a6ed)
 
Place of Performance
Address: Harrison Twp., MI 48045
Zip Code: 48045-5213
 
Record
SN05436407-W 20190911/190909230913-b840f149b3619a1c6f6463f78976a6ed (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.