Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2021 SAM #7189
SOLICITATION NOTICE

J -- J--SOURCES SOUGHT borescope able to pass through oil and self-clear

Notice Date
8/5/2021 11:47:11 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
SOUTHWEST REGIONAL MAINT CENTER SAN DIEGO CA 92136-5205 USA
 
ZIP Code
92136-5205
 
Solicitation Number
N5523621Q0192
 
Response Due
8/9/2021 1:30:00 PM
 
Archive Date
02/05/2022
 
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 N5523621Q0192 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 2021-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 333314 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: 2021-08-09 16:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Statement of Work. The NAVSEA - SWRMC requires the following items, Brand Name or Equal, to the following: LI 001: SEE ATTACHMENT PRODUCT DESCRIPTION FOR FULL ITEM DESCRIPTION., 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, NAVSEA - SWRMC intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. 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. NAVSEA - SWRMC 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. This is a SOURCES SOUGHT. This is not an official solicitation and the terms and conditions found below may not apply to the official solicitation. Any bids submitted will not be considered at this time. Please submit a bid of $1 if capable of providing the borescope according to the product description. Incorporation by Reference of Representations and Certifications (Dec 2014). Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction (Feb 2016) Combatting Trafficking in Persons (Jan 2019). Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011). Providing Accelerated Payments to Small Business Subcontractors (Dec 2013). Requirements Relating to Compensation of Former DoD Officials (Sep 2011). Requirement to Inform Employees of Whistleblower Rights (Sep 2013). Control of Government Work Product (Apr 1992). Compliance with Safeguarding Covered Defense Information Controls (Oct 2016). Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016). Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016). Notice of Authorized Disclosure of Information by Litigation Support (May 2016). Supplies and Services Provided by Nontraditional Defense Contractors (JAN 2018). Secondary Arab Boycott of Israel (Jun 2005). Export Controlled Items (Jun 2013). Supplemental Cost Principles (Dec 1991 Levies on Contract Payments (Dec 2006). Transportation of Supplies by Sea (Feb 2019). (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. Unenforceability of Unauthorized Obligations (Jun 2013). The evaluation factors that will be used are (1) price, (2) technical acceptability, and (3) past performance. A quoter receiving a rating of Unacceptable in past performance, or Unacceptable for technical acceptability, or if their price is considered unreasonable, alone, will be sufficient to result in the quoter not being offered the purchase order, regardless of the ratings received for the remaining evaluation factors. The Government will evaluate if the quote meets all of the requirements in the Statement of Work, herein this solicitation. Technical Acceptability will be on an acceptable or unacceptable basis. �Acceptable��Quoter�s product description meets all the requirements in the Statement of Work. �Unacceptable�-- Quoter�s product description does not meet all the requirements in the Statement of Work. The Government will measure how well an offeror has performed on relevant contracts in the past as an indicator of the offeror�s probability of meeting the solicitation requirements and an indicator of the successful performance on the current requirement. To develop the overall rating, the Government�s evaluation will take into account quoter�s past performance information from the Contractor Performance Assessment Reporting System (CPARS), the Supplier Performance Risk System (SPRS), the Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Report System (eSRS), as well as any other sources reasonably available to the Government. DFARS provision 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations is hereby incorporated by reference. Past Performance will be on an acceptable or unacceptable basis. �Acceptable�� Based on the quoter�s performance record, the Government has a reasonable expectation that the quoter will successfully perform the required effort, or the quoter�s performance record is unknown. �Unacceptable�-- Based on the quoter�s performance record, the Government has no reasonable expectation that the quoter will be able to successfully perform the required effort. The Government will make a source selection decision based on the Lowest Price Technically Acceptable method in accordance with FAR 13.106-2(b)(3). An offeror must propose a reasonable price and be rated as �Acceptable� in all Non-Price Factors to be eligible for award. New Equipment ONLY; NO remanufactured or ""gray market"" items. 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/.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/451eaa7dcc904c70b0ef07e08f4fa7d6/view)
 
Place of Performance
Address: See Statement of Work.
 
Record
SN06086345-F 20210807/210805230123 (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.