Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2022 SAM #7471
SOLICITATION NOTICE

81 -- 81--OPTION - Hydro-pneumatic water tank rental Conemaugh

Notice Date
5/13/2022 9:50:31 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
US ARMY ENGINEER DISTRICT PITTSBURG PITTSBURGH PA 15222-4198 USA
 
ZIP Code
15222-4198
 
Solicitation Number
W911WN22Q3779
 
Response Due
5/16/2022 8:30:00 AM
 
Archive Date
11/12/2022
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, 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 W911WN22Q3779 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 2022-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 332420 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 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: 2022-05-16 11:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be , null null The USACE - Pittsburgh requires the following items, Meet or Exceed, to the following: Base Period of Performance: 05/23/2022 - 05/22/2023 LI 001: Continued rental of a temporary hydro-pneumatic potable water tank capable of providing a minimum storage capacity of 2,950 gallons at a minimum pressure of 40 psi. See rental specifications document. Rental shall be from 7 days after award for 365 days, 1, EA; Option 1 Period of Performance: 05/23/2023 - 05/22/2024 LI 001: Continued rental of a temporary hydro-pneumatic potable water tank capable of providing a minimum storage capacity of 2,950 gallons at a minimum pressure of 40 psi. See rental specifications document. Rental shall be from 7 days after award for 365 days, 1, EA; Option 2 Period of Performance: 05/23/2024 - 05/22/2025 LI 001: Continued rental of a temporary hydro-pneumatic potable water tank capable of providing a minimum storage capacity of 2,950 gallons at a minimum pressure of 40 psi. See rental specifications document. Rental shall be from 7 days after award for 365 days, 1, EA; Option 3 Period of Performance: 05/23/2025 - 05/22/2026 LI 001: Continued rental of a temporary hydro-pneumatic potable water tank capable of providing a minimum storage capacity of 2,950 gallons at a minimum pressure of 40 psi. See rental specifications document. Rental shall be from 7 days after award for 365 days, 1, EA; Option 4 Period of Performance: 05/23/2026 - 05/22/2027 LI 001: Continued rental of a temporary hydro-pneumatic potable water tank capable of providing a minimum storage capacity of 2,950 gallons at a minimum pressure of 40 psi. See rental specifications document. Rental shall be from 7 days after award for 365 days, 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 https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USACE - Pittsburgh 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. USACE - Pittsburgh 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 https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com. Offerors that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.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 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 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. Submitted Quotes will be valid for 45 days after the auction closing. 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. 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/. 52.203-12 Limitation on Payments to Influence Certain Federal Transactions,; 52.204-7, System for Award Management; 52.204-9, Personal Identity Verification of Contractor Personnel; 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,; 52.204-21 Basic Safeguarding of Covered Contractor Information Systems,; 52.204-22 Alternative Line Item Proposal,; 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment,; 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment,; 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors--Commercial Items; 52.212-3, Alternate I, Offeror Representations and Certifications--Commercial Items; 52.212-4, Contract Terms and Conditions--Commercial Items;52.217-5 Evaluation Of Options,; 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999),; 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000),; 52.219-6 Notice of Total Small Business Set-Aside,; 52.219-28 Post-Award Small Business Program Representation,; 52.222-3 Convict Labor,; 52.222-19 CHILD LABOR�COOPERATION WITH AUTHORITIES AND REMEDIES (DEVIATION 2020-O0019) (JAN 2022),; 52.222-35 Equal Opportunity for Veterans,; 52.222-36 Equal Opportunity for Workers with Disabilities,; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management,; 52.222-50, Combating Trafficking in Persons; 52.223-10, Waste Reduction Program,; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving,; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 52.252-1, Solicitation Provisions Incorporated by Reference; DFARS,; 52.252-2 Clauses Incorporated by Reference,; 52.252-5 Authorized Deviations in Provisions,; 52.252-6 Authorized Deviations in Clauses,; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7004 Antiterrorism Awareness Training for Contractors; 252.204-7015, Disclosure Information to Litigation Support Contractors; 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,; 252.211-7003, Item Unique Identification and Valuation; 252.223-7008, Prohibition of Hexavalent Chromium; 252.225-7001, Buy American and Balance of Payments Program; 252.225-7972 PROHIBITION ON THE PROCUREMENT OF FOREIGN-MADE UNMANNED AIRCRAFT SYSTEMS (MAY 2020) (DEVIATION 2020-O0015) ,; 252.225-7973 PROHIBITION ON THE PROCUREMENT OF FOREIGN-MADE UNMANNED AIRCRAFT SYSTEMS - REPRESENTATION (MAY 2020) (DEVIATION 2020-O0015).; 252.225-7974 REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (DEVIATION 2020-O0005) (FEB 2020),; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 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; 252.247-7023 Transportation of Supplies by Sea. 52.217-8. The contractor is hereby notified that the use of the options under this clause will be exercised at the terms and conditions and rates in place at the time the 52.217-8 options are exercised. The exercise may be used multiple times at one month increments or more up to 6 months maximum and will be prorated against the annual price. For example the ""-8 options"" could be exercised at the end of the base period rather than exercising the normal ""-9 annual option"" and the rates and terms and conditions for the -8 would be those in place in the base contract. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 with a small business size standard of 750 employees. The contractor must be an authorized dealer of the specified equipment to ensure warranty and maintenance support. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an all-or-nothing basis This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB). FAR and DFARS provisions and clauses are current to the most recent dates posted on https://url.serverdata.net/?a5NlIIoNu6x4W82Y6AmlWmYolU-WW5RkCTYJeq9Fo9w2mdHpJz0y6p5BbIBC5d1UrKNYCWIpteyGn3YH2_vwkH7HbgfFwGhWWQrd0Dzi-6u_XBNforaAdDNqqOjs4oy8b. The Contracting Officer requests all available additional discounts, IAW FAR 8.405-4 FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c8f1a9678ff747b3a1b6e6c5e5e989bb/view)
 
Place of Performance
Address: null
Zip Code: null
 
Record
SN06327106-F 20220515/220513230102 (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.