Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2021 SAM #7231
SOLICITATION NOTICE

34 -- 34--Hydraulic Wrench - MO ARNG CSMS

Notice Date
9/16/2021 1:28:38 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333996 — Fluid Power Pump and Motor Manufacturing
 
Contracting Office
W7NJ USPFO ACTIVITY MO ARNG JEFFERSON CITY MO 65101-1200 USA
 
ZIP Code
65101-1200
 
Solicitation Number
W912NS21Q2012
 
Response Due
9/23/2021 11:30:00 AM
 
Archive Date
03/22/2022
 
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 W912NS21Q2012 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 2021-07. The associated North American Industrial Classification System (NAICS) code for this procurement is 333996 with a small business size standard of 1,250.00 employees. This requirement is a Small Business Set-Aside 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: 2021-09-23 14:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Jefferson City, MO 65101 The National Guard - Missouri requires the following items, Brand Name Only (Exact Match), to the following: LI 001: Nut Buster Hydraulic Monster Wrench manufactured by Hydraulitechs (Part Number HTW50). See the attached Purchase Description for detailed specifications and accessories., 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, National Guard - Missouri 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 bids, which descend in price during the specified period of time for the aforementioned reverse auction. National Guard - Missouri 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. 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/. FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation; FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; FAR 52.204-7 System for Award Management; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-13 System for Award Management Maintenance; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 52.204-18 Commercial and Government Entity Code Maintenance; FAR 52.204-22 Alternative Line Item Proposal; FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7008 (Dev 2016-O0001) Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7012 (Dev 2016-O0001) Safeguarding of Unclassified Controlled Technical Information; DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors; DFARS 252.211-7003 Item Unique Identification and Valuation; DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations; DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors; DFARS 252.223-7008 Prohibition of Hexavalent Chromium; DFARS 252.225-7001 Buy American and Balance of Payments Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.225-7036 Buy American-Free Trade Agreements-Balance of Payments Program; DFARS 252.225-7048 Export-Controlled Items; DFARS 252.232-7003 Electronic Submission of Payment Requests and receiving reports; DFARS 252.232-7006 Wide Area Workflow Payment Instructions; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.244-7000 Subcontracts for Commercial Items; DFARS 252.246-7008 Sources of Electronic Parts; DFARS 252.247-7023 Transportation of Supplies by Sea
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d4f793833e014a7eb18547650b8d46a0/view)
 
Place of Performance
Address: 7000 Militia Drive , Jefferson City, MO 65101, USA
Zip Code: 65101
Country: USA
 
Record
SN06135708-F 20210918/210916230122 (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.