Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 10, 2020 SAM #6829
SOLICITATION NOTICE

W -- Light Sets

Notice Date
8/8/2020 9:06:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
W6QM MICC-FT RILEY FORT RILEY KS 66442-0248 USA
 
ZIP Code
66442-0248
 
Solicitation Number
PANMCC-20-P-0000-029074_01
 
Response Due
8/13/2020 12:00:00 AM
 
Archive Date
02/09/2021
 
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
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 PANMCC-20-P-0000-029074_01 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 2020-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 532490 with a small business size standard of $32.50M. 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: 2020-08-13 17:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be , null null The MICC Fort Riley requires the following items, Meet or Exceed, to the following: LI 001: LSA RUBA, 27 September 2020 thru 05 October 2020, 35, EA; LI 002: LSA RUBA, 11 September 2020 thru 26 September 2020, 10, EA; LI 003: LSA Sante Fe, 20 August 2020 thru 8 September 2020, 5, EA; LI 004: LSA Sante Fe, 26 August 2020 thru 8 September 2020, 15, EA; LI 005: CAB TAA, 28 August 2020 thru 9 September 2020, 4, EA; LI 006: TF 1-4 TAA, 28 August 2020 thru 9 September 2020, 4, EA; LI 007: 18FA TAA, 28 August 2020 thru 9 September 2020, 4, EA; LI 008: DIVARTY TAA, 28 August 2020 thru 9 September 2020, 2, EA; LI 009: Yermo, 28 August 2020 thru 7 September 2020, 10, EA; LI 010: Yermo, 28 September 2020 thru 6 October 2020, 10, EA; LI 011: FASP, 4 September 2020 thru 26 September 2020, 1, EA; LI 012: FASP, 27 September 2020 thru 5 October 2020, 5, EA; LI 013: Bicycle Lake, 27 September 2020 thru 29 September 2020, 5, EA; LI 014: RUBA Stone Ramps, 27 September 2020 thru 05 October 2020, 10, EA; LI 015: Langford Stone Ramps, 26 August 2020 thru 9 September 2020, 10, EA; LI 016: Amnesty Point North, 23 September 2020 - 27 September 2020, 2, EA; LI 017: Amnesty Point South, 23 September 2020 - 27 September 2020, 2, EA; LI 018: SOF Compound RUBA, 23 September 2020 - 27 September 2020, 6, EA; LI 019: BLDG 860, 26 August 2020 thru 9 October 2020, 1, EA; LI 020: CRSP Yard 2, 26 August 2020 thru 12 September 2020, 5, EA; LI 021: CRSP Yard 2, 26 September 2020 thru 6 October 2020, 5, 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 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 Riley intends to document bids online to be facilitated by the third-party Marketplace, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to document pricing. Offerers may submit bids during the specified period of time. MICC Fort Riley 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 www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com.Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact the 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 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 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. All of Fort Riley's buy terms apply to this solicitation. The following Combined Synopsis/Solicitation is a Request for Quote (RFQ)competed IAW FAR PART 13, Simplified Acquisition Procedures; FAR PART 12, Commercial Items. Quotes failing to met all the terms and conditions of this solicitation; to include buy terms, line item descriptions, and attachments, may not be evaluated for award. One (1) firm-fixed price (FFP) contract will be awarded as a result of this solicitation. Any reference to the term ""BID"" in this solicitation is used synonymously with the word ""QUOTE"". Please see FAR 13.004-Legal effect of quotations. Far Clause 52.219-6 and 52.219-6 Alternate 1 Notice of total Small Business Set Aside Alternate 1 is applicable when the SBA waived the non-manufacturer rule. See current Class Waivers at http://www.sba.gov/content/class-waivers. Interested Offerors should submit any questions concerning the solicitation at the earliest time possible to enable the Government to respond. Questions shall be submitted by using the 'Submit a Question' button. Questions not received prior to the close of this solicitation may not be considered. IAW 52.212-1(k): Unless exempted by an addendum to this solicitation, by submission of an offer, the Offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database before the close of the solicitation, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. Registration information can be found at www.sam.gov. The applicable NAICS code for this procurement is 532490 with the related size standard of $35,000.000.00. The Offeror shall be actively registered with that NAICS or a similar NAICS with the appropriate size standard prior to Award to be considered for any resulting contract. Failure to be properly registered under the appropriate size standard during evaluation and/or at the time of award deems the offer ineligible for award. A similar NAICS Code with the appropriate size standard other than the NAICS Code identified in this buy term may be used as a factor to determine technical capability. (Size standards do not apply to unrestricted set-aside solicitation/RFQ). Quote shall be good for 30 calendar days from the date of the quote submission. 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 shall 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) at https://www.sam.gov. 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 Government will award a firm fixed price contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:technical capability of the item offered to meet the Government requirement. All evaluation factors other than Price, when combined, are not as important as price. The Buyer is allowing Sellers to submit bids that either meet or exceed the requested specification. Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered. Offeror may submit quotes for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. Alternate items will be evaluated against all listed required specifications provided by the Government. Offeror shall enter exactly what they are offering (including make, model and description) into the blank description field in order for the quote to be considered. The Government will evaluate items on the basis of information furnished by the Offeror or identified in the quote and reasonably available to the Government. The Government is not responsible for locating or obtaining any information not identified in the quote. Offeror shall present a line by line comparison of alternative products using manufacturer name, model/part number, and salient physical, functional, or performance characteristics specified by this solicitation. Offerors shall, at a minimum, respond with a feature to feature comparison in order for a product to be technically evaluated for technical sufficiency. Responses such as ""bidding exact match"" or ""as specified"" may be deemed technically unacceptable Far Clause 52.247-34 Free on Board (FOB) destination applies. Shipping shall be FOB destination CONUS (Continental U.S.), which means that the Offeror shall deliver the goods on its conveyance at the destination specified by the Government, and the Offeror is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination Delivery shall be made within the specified number of days after receipt of order (ARO). The Offeror shall provide within its offer the number of days required to make delivery after it receives a contract from the Government. The Contractor shall NOT make partial line item shipments against any resulting contract issued as a result of this solicitation unless otherwise specified within the quote submitted. The Federal Acquisition Regulation (FAR) and Department of Defense Federal Acquisition Regulations (DFARS) are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items valued over the SAT ($150,000.00) and as applicable. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. Provisions: 252.247-7022, 52.209-5, 52.216-1, and 52.209-7 Solicitations and Contracts valued at $1M or above when applicable: 252.205-7000 Clauses: 52.203-6, 52.219-8,52.222-40, 52.222-54,52 52.203-16, 52.203-17, 52.204-4, 52.204-13, 52.203-3, 52.202-1, 52.232-17, 52.222-40, 52.209-9, 52.203-6, 252.205-7000, 252.225-7012, 252.246-7000, and 252.226-7001 Solicitations and Contracts valued at $650,000.00 or above: 52.219-9 Solicitations and Contracts valued at $150,000.00 or above when applicable: 52.223-9 (EPA) FedBid is NOT a forum for filing protests against the Government. Attempts to file protests through FedBid will not be considered legitimate as they do not conform to the requirements in the Federal Acquisition Regulation (FAR). It is preferable that protests be resolved as quickly as possible at the lowest level possible before considering the more formal process described below. To be timely, protests shall be filed within the periods specified in FAR 33.10. 1) All agency-level protests should be sent to the Contracting Officer for resolution. 2) The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC, as an Alternate Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. The address for filing a protest directly with AMC is: 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 e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil No protest under FAR Subpart 33.1 is authorized in connection with the issuance or proposed issuance of an order under a task-order contract or delivery-order contract, except for: (1) A protest on the grounds that the order increases the scope, period, or maximum value of the contract; or (2) A protest of an order valued in excess of $10M. Protests of orders in excess of $10M may only be filed with the Government Accountability Office (GAO) in accordance with the procedures at 33.104. The authority to protest the placement of an order under (a)(10)(i)(B) of this section expires on September 30, 2016, for agencies other than DoD, NASA, and the Coast Guard (41 U.S.C. 4103(d) and 41 U.S.C. 4106(f)). The authority to protest the placement of an order under (a) (10)(i)(B) of this section does not expire for DoD, NASA, and the Coast Guard. AFARS 5116.5(b) (c) Each HCA shall designate a task and delivery order ombudsman for the contracting activity. The ombudsman shall be a senior official, who is independent of the Contracting Officer and may be the Special Competition Advocate. The ombudsman shall be responsible for reviewing complaints from the contractors under multiple award task or delivery order contracts and ensuring that all the contractors are afforded a fair opportunity to be considered, consistent with the procedures in the contract. Summarize: the ombudsman will only determine if the government gave fair opportunity to a vendor who files a complaint. [AFARS Revision #25, Item XIII, dated April 1, 2010] IAW 52.212-1(g Contract award (not applicable to Invitation for Bids) The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is ""late"" and may not be considered IAW with 52.212-1(f). At any time during and/or closing of the solicitation, all clarifications, discussions, or changes (as applicable) will be conducted ONLY by the Contracting Officer, MICC Fort Riley, Kansas. Any correspondence (electronic or verbal) presented to the vendor marketplace during the solicitation period by the FEDBID Staff, to include Quality Assurance, will be rejected by the Contracting Officer. No FEBBID correspondence will be accepted by MICC Fort Riley without prior coordination and approval from the Contracting Officer.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c5c4745a47f142a98b12fb38925986c6/view)
 
Place of Performance
Address: , null
Zip Code: null
 
Record
SN05750060-F 20200810/200808230146 (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.