Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOLICITATION NOTICE

W -- W--Shower Trailers

Notice Date
4/22/2021 8:02:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
W7NV USPFO ACTIVITY OK ARNG OKLAHOMA CITY OK 73111-4398 USA
 
ZIP Code
73111-4398
 
Solicitation Number
W912L6-21-R-0017
 
Response Due
5/13/2021 12:00:00 PM
 
Archive Date
11/09/2021
 
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)
 
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 W912L6-21-R-0017 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 532120 with a small business size standard of $38.50M. This requirement is unrestricted and only qualified sellers 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: 2021-05-13 15:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Statement of Work. The National Guard - Oklahoma requires the following items, Meet or Exceed, to the following: LI 001: LEASE ONE Shower Trailer FROM 30 JUN 2021 TO 2 JUL 2021 in accordance with SOW and salient characteristics. SALIENT CHARACTERISTICS: Contractor shall provide a shower trailer capable of supporting 150 personnel daily with separate male and female areas. There will be no less than 15 sinks to conduct daily hygiene. Trailer must be able to provide heated water through generator or propane-on-demand (propane must be provided). Set up and tear down time is NOT included in the period of performance. The contractor shall plan to provide fully functional equipment no later than 5 p.m. on the first day of POP. Trailer must operate on Ultra Low Sulfur Diesel (ULSD), contractor shall place a ""diesel fuel only"" sign near the fuel tank., 3, Days; LI 002: LEASE ONE Shower Trailer FROM 31 JUL 2021 TO 3 AUG 2021 in accordance with SOW and salient characteristics. SALIENT CHARACTERISTICS: Contractor shall provide a shower trailer capable of supporting 150 personnel daily with separate male and female areas. The shower units shall be free standing structures large enough for a single standing occupant. The showers shall contain a fresh water holding tank, a waste holding tank, lockable doors, and ventilation. The shower units shall be made of a non-porous material and consist of a single shower head. The shower unit shall be constructed in such a fashion that water flows through the shower head at a pressure to ensure adequate dispersion. This method must be mechanical (pump driven). Each shower stall shall be equipped with a shower curtain to ensure privacy. No less than two shower units and sinks shall be segregated for female occupants. There will be no less than 15 sinks to conduct daily hygiene. Trailer must be able to provide heated water through generator or propane-on-demand (propane must be provided). Set up and tear down time is NOT included in the period of performance. The contractor shall plan to provide fully functional equipment no later than 5 p.m. on the first day of POP. Trailer must operate on Ultra Low Sulfur Diesel (ULSD), contractor shall place a ""diesel fuel only"" sign near the fuel tank., 4, Days; 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, National Guard - Oklahoma 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. National Guard - Oklahoma 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. Equipment must be in near new condition; in excellent operable condition without interruption (i.e. equipment breakdown) during the period of performance of the contract. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. 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/. Contractor will be required to submit an invoice for payment at the end of the entire performance period through Wide Area Workflow. Offerors are required to acknowledge acceptance of any and all re-postings (amendments), in writing, upon submission of proposals. Acknowledgement will not be accepted beyond the proposal due date and time. In responding to this Request For Proposal, the Offeror must provide the manufacturer's name and part numbers AND salient characteristics of the items you are proposing to sell to the Government. Regardless of the terminology used (""Brand Name or Equal"", or ""meet minimum stated specifications), the information describing what the Offeror is proposing must be physically written into the seller's bid specification block. Salient characteristics are defined as ""pronounced features of an item that identify it describe its size and composition, functional intent, and/or operational capabilities or limits."" When researching product capabilities, the Offeror must, as a minimum, respond with feature for feature comparisons in order for your product to be technically evaluated for sufficiency. Responses such as ""bidding exact match"", ""as specified"", or cutting and pasting the Government's specification information into the seller's bid specification block are not acceptable responses. Offeror who responds in any of the three examples directly above will be eliminated from the competition without consideration of their offer. If the Offeror is bidding the same product as is being requested, your seller bid specification should indicate: ""Bidding on Manufacturer (Insert Name) and Part Number (Insert Number). If Offeror is bidding on an ""or equal"" product, your seller bid specification must state: Bidding on Manufacturer (Insert Name) and Part Number (Insert Number), containing the following salient characteristics (insert salient characteristics). If the Offeror's response does not contain all of the required information called out in this notice, the proposal will be determined nonresponsive and will not be considered for award. The applicable NAICS code for this procurement is 532490 with the related size Standard of $41,500,000. The NAICS code identified herein must appear in FAR 52.212-3 �Offeror Representations and Certifications� in SAM and the Offeror must be actively registered in that NAICS prior to receipt of proposal in order to receive an award. Offerors are reminded that failure to comply �shall render their proposal as non-responsive�. Unison Marketplace is a mechanism used by this office to solicit for common use commercial items in accordance with FAR 13.5. Unison Marketplace is NOT a forum for filing protests against the Government. Attempts to file protests through Unison Marketplace will not be considered legitimate as they do not conform to the requirements in the Federal Acquisition Regulation (FAR). Disputes and protests are to be submitted in accordance with FAR Part 33.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/000f1a48cf9540f4aa21c7c0bb039f18/view)
 
Place of Performance
Address: See Statement of Work.
 
Record
SN05980384-F 20210424/210422230114 (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.