Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2020 SAM #6744
SOLICITATION NOTICE

99 -- OPTION - Heirloom Personal Effects Chest

Notice Date
5/15/2020 10:58:14 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
321920 — Wood Container and Pallet Manufacturing
 
Contracting Office
W6QM MICC-FT KNOX FORT KNOX KY 40121-5000 USA
 
ZIP Code
40121-5000
 
Solicitation Number
W9124D-20-Q-0121
 
Response Due
6/4/2020 12:00:00 AM
 
Archive Date
12/01/2020
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, 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)
 
Awardee
null
 
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 W9124D-20-Q-0121 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 2020-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 321920 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, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-06-04 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be , null null The MICC Fort Knox requires the following items, Purchase Description Determined by Line Item, to the following: Base Period of Performance: 09/15/2020 - 09/14/2021 LI 001: Heirloom Personal Effects Chests In accordance with the product description herein. The price of $_____ for shipping is included in the unit price., 60, EA; Option 1 Period of Performance: 09/15/2021 - 09/14/2022 LI 001: 1001 Heirloom Personal Effects Chests In accordance with the product description herein. The price of $_____for shipping is included in the unit price., 60, EA; Option 2 Period of Performance: 09/15/2022 - 09/14/2023 LI 001: 2001 Heirloom Personal Effects Chests In accordance with the product description herein. The price of $_____for shipping is included in the unit price., 60, EA; Option 3 Period of Performance: 09/15/2023 - 09/14/2024 LI 001: 3001 Heirloom Personal Effects Chests In accordance with the product description herein. The price of $_____for shipping is included in the unit price., 60, EA; Option 4 Period of Performance: 09/15/2024 - 09/14/2025 LI 001: 4001 Heirloom Personal Effects Chests In accordance with the product description herein. The price of $_____for shipping is included in the unit price., 60, 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, MICC Fort Knox 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. 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 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. 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 52.204-7-System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.212-1 Instructions to Offerors-Commercial Items (DEVIATION 2018-O0018) 52.212-3 (ALT I)-Reps & Certs 252.203-7005-Representation Relating to Compensation of Former DoD Officials 52.203-11-Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-12-Limitation on Payments to Influence Certain Federal Transactions 52.204-13-System for Award Management Maintenance 52.204-18 Commercial and government Entity Code Maintenance 52.204-19 Incorporation by Reference and Representation and Certifications 52.204-20-Predecessor of Offeror 52.209-11-Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-4-Contract Terms & Conditions 52.225-25-Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.232-39-Unenforceability of Unauthorized Obligations 52.232-40-Providing Accelerated Payments to Small Business Subcontractors 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-Notice of Authorized Disclosure of Information for Litigation Support 252.225-7001-Buy American and Balance of Payments Program 252.225-7002-Qualifying Country Sources for Subcontractors 252.225-7012-Preference for Certain Domestic Commodities 252.225-7048-Export-Controlled Items 252.232-7003-Electronic submission of Payment Requests and Receiving Reports 252.232-7010-Levies on Contract Payments 252.244-7000-Subcontracts for Commercial Items 252.247-7023-Transportation of Supplies by Sea See Attachments: 52.204-17-Ownership or Control of Offeror, 52.212-5-Contract Terms & Conditions, 52.216-19-Order Limitations, 52.216-21-Requirements, 52.216-22 Indefinite Quantities, 52.252-1-Provisions by Reference, 52.252-2-Clauses by Reference, 52.252-5 Authorized Deviations in Provisions, 52.252-6 Authorized Deviations in Clauses, 252.211-7003-Item Unique Identification and Valuation, 252.216-7006-Ordering, 252.232-7006-Wide Area Workflow Payment Instructions, 5152.233-4000-AMC-Level Protest Program 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. The Buy American Certificate must be completed and attached to the quote. Minimum amount of delivery order will be quantity of 6 each. Upon Award Contractor shall provide photographs and a physical prototype to the Casualty and Mortuary Affairs Operations Division (CMAOD) for approval prior to entering production. This is a Requirements Type Contract (RTC)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/db0113d2648343f7bf8e7dc455ec9afa/view)
 
Place of Performance
Address: , null
Zip Code: null
 
Record
SN05659711-F 20200517/200516071021 (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.