Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2022 SAM #7401
SOLICITATION NOTICE

84 -- 84--OPTION - Waist & Breast Buckle Plates Base+4 Option Years

Notice Date
3/4/2022 9:33:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332323 — Ornamental and Architectural Metal Work Manufacturing
 
Contracting Office
W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
 
ZIP Code
10996-1514
 
Solicitation Number
W911SD22R0062_01
 
Response Due
3/24/2022 12:30:00 PM
 
Archive Date
09/20/2022
 
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 W911SD22R0062_01 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 2022-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 332323 with a small business size standard of 500.00 employees. This requirement is a Small Business Set-Aside and only qualified sellers may submit bids. The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on: 2022-03-24 15:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be WEST POINT, NY 10996 The MICC West Point requires the following items, Meet or Exceed, to the following: Base Period of Performance: 03/24/2022 - 03/23/2023 LI 001: (POP could be subject to change) BREAST PLATE BUCKLE FFP BREAST PLATE BUCKLE see specification Delivery Date 27 May 2022 Must Comply w/ Buy American Act state Country of Origin____________ NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent. FOB: Destination, 2100, EA; LI 002: WAIST PLATE BUCKLE FFP WAIST PLATE BUCKLE see specification Delivery Date 27 May 2022 Must Comply w/ Buy American Act state Country of Origin____________ NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent. FOB: Destination, 1860, EA; LI 003: 1st ARTICLE WAIST PLATE and BREAST PLATE FFP 1st ARTICLE WAIST PLATE and BREAST PLATE see specification Delivery Date **MUST** be shipped 6 April 2022 ship to: Sonya Van Valkenburg at Bldg. 681 Hardee Place, RM- 104 West Point, NY 10996 Must Comply w/ Buy American Act state Country of Origin____________ FOB: Destination, 1, EA; Option 1 Period of Performance: 03/24/2023 - 03/23/2024 LI 001: (POP could be subject to change) 1st Option BREAST PLATE BUCKLE FFP 1001 BREAST PLATE BUCKLE see specification Delivery Date 27 May 2023 NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent. FOB: Destination, 2100, EA; LI 002: 1st Option WAIST PLATE BUCKLE FFP 1002 WAIST PLATE BUCKLE see specification Delivery Date 27 May 2023 NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent. FOB: Destination, 1860, EA; Option 2 Period of Performance: 03/24/2024 - 03/23/2025 LI 001: (POP could be subject to change) 2nd Option BREAST PLATE BUCKLE FFP 2001 BREAST PLATE BUCKLE see specification Delivery Date 27 May 2024 NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent. FOB: Destination, 2100, EA; LI 002: 2nd Option WAIST PLATE BUCKLE FFP 2001 WAIST PLATE BUCKLE see specification Delivery Date 27 May 2024 NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent. FOB: Destination, 1860, EA; Option 3 Period of Performance: 03/24/2025 - 03/23/2026 LI 001: (POP could be subject to change) 3rd Option BREAST PLATE BUCKLE FFP 3001 BREAST PLATE BUCKLE see specification Delivery Date 27 May 2025 NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent. FOB: Destination, 2100, EA; LI 002: 3rd Option WAIST PLATE BUCKLE FFP 3002 WAIST PLATE BUCKLE see specification Delivery Date 27 May 2025 NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent. FOB: Destination, 1860, EA; Option 4 Period of Performance: 03/24/2026 - 03/23/2027 LI 001: (POP could be subject to change) 4th Option BREAST PLATE BUCKLE FFP 4001 BREAST PLATE BUCKLE see specification Delivery Date 27 May 2026 NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent. FOB: Destination, 2100, EA; LI 002: 4th Option WAIST PLATE BUCKLE FFP 4002 WAIST PLATE BUCKLE see specification Delivery Date 27 May 2026 NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent. FOB: Destination, 1860, 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 https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC West Point 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. MICC West Point 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 https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com. Offerers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.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 https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.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) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov. No partial shipments are permitted unless specifically authorized 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 (DEV), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, and the following clauses: 52.219-28, 52.222-19, 52.222-21, 52.22-22, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-13, 52.232-34, 52.232-99 (DEV), 52.233-4 and DFAR 252.212-7001, 252.232-7003, 252.232-7010, 252.232-7006 and 252.209-7999. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/VFFAR1.htm
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8ce3516b2f694f6daa12349d6ec6cd19/view)
 
Place of Performance
Address: US MILITARY ACADEMY SSA WAREHO BLDG 917 WASHINGTON RD 2D FLOOR, WEST POINT, NY 10996-5000, USA
Zip Code: 10996-5000
Country: USA
 
Record
SN06258075-F 20220306/220304230104 (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.