Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 18, 2021 SAM #7049
SOLICITATION NOTICE

55 -- 55--55--Lumber

Notice Date
3/16/2021 5:44:55 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
321912 — Cut Stock, Resawing Lumber, and Planing
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N0060421Q4028
 
Response Due
3/19/2021 2:00:00 PM
 
Archive Date
09/15/2021
 
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)
 
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 N0060421Q4028 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 321912 with a small business size standard of 500.00 employees. This requirement is a Small Business Set-Aside and only qualified sellers may submit quotes. 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: 2021-03-19 17:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be JBPHH, HI 96860 The FLC - Pearl Harbor requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: 4""x4""x16' Hi-Bore (HB) Treated Green Douglas Fir (GDF), #1 Best Quality, Smooth Four Sides (S4S), Free of Heart Center (FOHC), Free of Wane (FOW), 100, EA; LI 002: 2""x4""x16' Hi-Bore (HB) Treated Green Douglas Fir (GDF) #2 Close to #1 Best Quality Premium, Smooth Four Sides (S4S), 200, EA; LI 003: 2""x12""x16' Hi-Bore (HB) Treated Green Douglas Fir (GDF) #2 Close to #1 Best Quality Premium, Smooth Four Sides (S4S), 50, EA; LI 004: 1""x4""x16' Hi-Bore (HB) Treated Green Douglas Fir (GDF), Select Appearance (SEL), Smooth Four Side (S4S), 250, EA; LI 005: 23/32 4'x8' Hi-Bore (HB) Treated Douglas Fir (DF), Plywood (CDX PLY), 200, EA; LI 006: drop charge, 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, FLC - Pearl Harbor 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 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 Offerers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a quote 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 quotes, 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. 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. 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 Lowest Price Technically Acceptable (LPTA). 52.204-7: System for Award Management 52.204-10: Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13: SAM Maintenance Commercial and Government Entity Reporting Ownership or Control of Offeror Commercial and Government Entity Code Maintenance Predecessor of Offeror Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment Covered Telecommunications Equipment or Services--Representation 52.209-6: Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1: Instructions to Offerors -- Commercial Items 52.212-3 & Alt I: Offeror Representations and Certifications -- Commercial Items 52.212-4: Contract Terms and Conditions--Commercial Items 52.212-5: Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-6: Notice of Total Small Business Set-Aside 52.219-28: Post Award Small Business Program Rerepresentation 52.223-18: Encouraging Contractor Policies to Ban Text Messaging while Driving (DEVIATION 2020-O0019) Child Labor�Cooperation with Authorities and Remedies Prohibition of Segregated Facilities Equal Opportunity Combating Trafficking in Persons 52.225-13: Restriction on Certain Foreign Purchases 52.232-33: Payment by Electronic Funds Transfer - SAM 52.232-40: Providing Accelerated Payments to Small Business Subcontractors Protests after Award Applicable Law for Breach of Contract Claim Authorized Deviations in Provisions Authorized Deviations in Clauses 252.203-7000: Requirements Relating to Compensation of Former DOD Officials 252.203-7005: Representation Relating to Compensation of Former DoD Officials 252.204-7003: Control of Government Personnel Work Product 252.204-7015: Disclosure of Information to Litigation Support Contractors 252.204-7016: Covered Defense Telecommunications Equipment or Services--Representation 252.204-7017: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation 252.204-7018:Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.213-7000: Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.223-7008: Prohibition of Hexavalent Chromium 252.225-7001: Buy American Act & Balance of Payments Program 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports 252.232-7006: Wide Area Workflow Payment Instructions 252.232-7010: Levies on Contract Payments 252.244-7000: Subcontracts for Commercial Items 252.247-7023: Transportation of Supplies by Sea
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a39022cbe89446829af9ef39617deafd/view)
 
Place of Performance
Address: 647th LRS TMO ATTN: Edward Orolski 75 A Street , JBPHH, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN05944501-F 20210318/210316230121 (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.