Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 27, 2021 SAM #7270
SOLICITATION NOTICE

39 -- 39--DIESEL FORKLIFT

Notice Date
10/25/2021 5:25:27 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
W7NX USPFO ACTIVITY PA ARNG ANNVILLE PA 17003-5002 USA
 
ZIP Code
17003-5002
 
Solicitation Number
W912KC22Q0001
 
Response Due
10/27/2021 1:00:00 PM
 
Archive Date
04/25/2022
 
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
AMENDMENT NOTICE: 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 W912KC22Q0001 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 333924 with a small business size standard of 750.00 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: 2021-10-27 16:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Annville, PA 17003 The National Guard - Pennsylvania requires the following items, Meet or Exceed, to the following: LI 001: Diesel powered forklift that meets or exceeds the salient characteristics in Buy Attachment No. 001 titled ""Purchase_Description_Diesel_Powered_Forklift-V2.pdf"", 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors 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 - Pennsylvania 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 - Pennsylvania 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 Offerors 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. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors 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 offerors 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. Quotes 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/. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB). 52.209-6,Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.204-7, System for Award Management; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.204-13, System for Award Management Maintenance; 52.204-16, Commercial and Government Entity Code Reporting; 52.204-18, Commercial and Government Entity Code Maintenance; 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; 52.204-24,Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; 52.204-25, Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment;52.204-26, Covered Telecommunications Equipment or Services--Representation; 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.212-1, Instructions to Offerors�Commercial Items; 52.212-3, Offeror Representations and Certifications�Commercial Items; 52.212-3, Offeror Representations and Certifications�Commercial Items--Alternate I; 52.212-4, Contract Terms and Conditions�Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Items; 52.219-6 (Dev), Notice of Total Small Business Set-Aside (Deviation 2020-O00008).; 52.219-28, Post-Award Small Business Program Rerepresentation;52.219-33, Non-Manufacturer Rule (MAR 2020) (Deviation 2020-O0008); 52.222-3, Convict Labor; 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Deviation 2020-O0019) (JUL 2020); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity;52.222-35, Equal Opportunity for Veterans; 52.222-36,Equal Opportunity for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1, Buy American Act--Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer�System for Award Management; 52.232-40, Providing Accelerated Payments to Small; 52.233-3, Protest after Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated By Reference 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;252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; 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;252.204-7020 ,NIST SP 800-171 DoD Assessment Requirements.; 252.211-7003, Item Unique Identification and Valuation; 252.223-7008, Prohibition of Hexavalent Chromium; 252.225-7000, Buy American--Balance of Payments Program Certificate--Basic; 252.225-7001, Buy American and Balance of Payments Program--Basic; 252.225-7035, Buy American--Free Trade Agreements--Balance of Payments Program Certificate--Basic; 252.225-7036, Buy American�Free Trade Agreements� 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; 252.232-7017, Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration; 252.244-7000, Subcontracts for Commercial Items; 252.246-7003, Notification of Potential Safety Issues; 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations; 252.246-7008,Sources of Electronic Parts; 252.247-7023, Transportation of Supplies by Sea--Basic Wide Area Workflow Payment Instructions: All invoices must be submitted via WAWF. It is mandatory for you to use this E-invoicing system to ensure timely payment of your invoice. WAWF is a web-based tool for the processing of invoices/receiving reports. The website for this system is https://wawf.eb.mil/ IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: An award will be made on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors. The vendor shall have an acceptable or neutral past performance rating in the Supplier Performance Risk System (SPRS). The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found using the Size Standards Tool, or by referencing the SBA's table of small business size standards. These webpages can be found at https://www.sba.gov/federal-contracting/contracting-guide/size-standards The seller must complete and provide the representations at 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; and 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f394ab5628ed46d5a3f47af263ed3875/view)
 
Place of Performance
Address: Bldg. # 11-67 Utility RD Fort Indiantown Gap, Annville, PA 17003-5003, USA
Zip Code: 17003-5003
Country: USA
 
Record
SN06163824-F 20211027/211025230112 (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.