Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2021 SAM #7003
SOLICITATION NOTICE

N -- Electronic Filing System, Lansing, MI

Notice Date
1/29/2021 9:09:54 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
W6QM MICC-FT KNOX FORT KNOX KY 40121-5000 USA
 
ZIP Code
40121-5000
 
Solicitation Number
W9124D20-Q-6506_
 
Response Due
2/9/2021 12:00:00 AM
 
Archive Date
08/08/2021
 
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 W9124D20-Q-6506_ 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 2021-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 337214 with a small business size standard of 1,000.00 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: 2021-02-09 13:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Lansing, MI 48910 The MICC Fort Knox requires the following items, Meet or Exceed, to the following: LI 001: Electronic Filing system, Two(2) each, In accordance with salient characteristics/specifications in the Performance Work Statement (PWS. Delivery to Lansing, Michigan requested delivery date no later than 30 April 2021., 2, EA; LI 002: Removal and Disposal. In accordance with (IAW) the Performance Work Statement (PWS) included herein, the contractor shall remove and dispose of the One (1)each existing shelving system no later than 30 April 2021., 1, EA; LI 003: Installation and Training. IAW the PWS included herein, the contractor shall provide installation and initial operator instructional training services. Note: Mechanical Equipment Installation and does not include any electrical connections unless otherwise noted. Includes Freight delivery to Lansing Michgan with requested delivery date no later than 30 April 2021. January 2020., 1, EA; LI 004: Warranty Maintenance Services. IAW the PWS, the contractor shall provide a two-year warranty to include scheduled maintenance visits at six, twelve and eighteen months for the warranty period of coverage from the date of installation through a period of 24 months., 1, 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 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 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 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. The following DFARS clauses are applicable under DFARS: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (Mar 2016); 252.246-7000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions 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 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. All contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. The official SAM website is https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM. 60 days preferred, Desired Delivery. The following FAR Provisions are applicable: 52.204-26 Covered Telecommunications Equipment or Services. The full text of a FAR Provision may be accessed electronically at https://www.acquisition.gov. Completed form shall be submitted with quote. The following FAR Clauses are applicable: 52.217,-9, Option to Extend the Term of the Contract, 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment, 52.212-4 Contract Terms and Conditions Commercial Items. 52.219-6 Notice of Total Small Business Set-Aside. 52.222-41 Service Contract Labor Standards. 52.The full text of a FAR clause may be accessed electronically at https://www.acquisition.gov. 252.203-7005 Representations Relating to Compensation of Former DoD Officials, 252.204-7004 Alt A, System for Awards Management, Evaluations, 252.225-7000, 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,252.204-7004 Alt A, System for Awards Management, 252.211-7003, Item Identification & Valuation, 252.225-7001, 252.225-7002,Electronic Invoicing,252.232-7006, WideArea Workflow Instructions, 252.232-7010, Levies on Contract Payments, 252.244-7000, Subcontracts for Commercial Items, 252.247-7023, Transportation of Supplies by Sea.252.211-7003, Item Unique Identification and Valuation Refer to the Buy attachment for the applicable Full Text Provisions and Clauses. To initiate implementation of the Section 889(a)(1)(B) Prohibition on Contracting with Entities Using Certain Telecommunications and Video Surveillance Services or Equipment Clauses, this RFQ includes the following FAR provisions, 52.204-24 and 52.204-26 and FAR clause, 52.204-25. Offerors shall complete and return FAR 52.204-26 with their quote submission Descriptive Literature will be uploaded with quote submission.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/830fa98b5e4049218d3c3515ff197ed6/view)
 
Place of Performance
Address: Lansing, MI 48910-6647, USA
Zip Code: 48910-6647
Country: USA
 
Record
SN05903679-F 20210131/210129230101 (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.