SOLICITATION NOTICE
61 -- 61--Cummins Generator Purchase Selfridge Air National Guard, MI
- Notice Date
- 8/5/2022 9:09:12 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- W7NF USPFO ACTIVITY MI ARNG LANSING MI 48906-2934 USA
- ZIP Code
- 48906-2934
- Solicitation Number
- W50S85-22-Q-0054
- Response Due
- 8/17/2022 8:30:00 AM
- Archive Date
- 02/13/2023
- 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
- 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 W50S85-22-Q-0054 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 335312 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 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: 2022-08-17 11:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be SELFRIDGE ANG BASE, MI 48045 The Michigan Air National Guard Consolidated Contracting (MACC) requires the following items, Brand Name Only (Exact Match), to the following: LI 001: C35D6, 35kW, 60Hz, Standby, Diesel Genset (Generator/w Automatic Transfer Switch. AS PER THE SALIENT CHARACTERISTICS ATTACHED (SEE BUY ATTACHMENTS FOR DETAILS) NOTE(1) Unfunded Disclosure: Funds are not presently available for this contract. Currently, the Government anticipates funds will become available prior to but no later than 30 September 2022. NOTE(2)BID PRICE: Request Bid Price valid through 30 September 2022, 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 https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Michigan Air National Guard Consolidated Contracting (MACC) 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. Michigan Air National Guard Consolidated Contracting (MACC) 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. Sellers understand that the Marketplace ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Funds are not presently available for this contract. Currently, the Government anticipates funds will become available prior to but no later than 30 September 2022. Vendors must follow FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. Vendors must follow FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. The following DFARS/FAR Provisions and Clauses apply to this acquisition: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Dev Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Deviation 2013-O0019) 52.219-6 Total SB Set-aside 52.219-28 Post-Award Small Business Program Rerepresentation 52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil/ 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 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 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer�System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-1 Disputes 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A, System for Award Management 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.211-7003 Item Unique Identification and Valuation 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7036 Buy American�Free Trade Agreements�Balance of Payments Program 252.225-7048 Export-Controlled Items 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 252.243-7001 Pricing of Contract Modifications 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea 252.247-7024 Notification of Transportation of Supplies by Sea PP Partial Payments 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. In accordance with DFARS 252.232-7003, ""Electronic Submission of Payment Requests and Receiving Reports"", the contractor shall submit their payment request electronically using the WAWF. The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM) site at https://sam.gov/SAM/ within ten (10) calendar days after award of this contract. Contractor training is available at the website home page under ""about WAWF"". Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095;Fax commercial: 801-605-7453 or CSCASSIG@CSD,DISA.MIL. Quotes valid through 30 September 2022 are requested. The contractor shall submit warranty terms and conditions with their submitted quote. New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. 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://sam.gov/opp/c34be537da8b4d49b0d4fdc7254f7a94/view)
- Place of Performance
- Address: 28700 SELFRIDGE AVENUE , SELFRIDGE ANG BASE, MI 48045, USA
- Zip Code: 48045
- Country: USA
- Zip Code: 48045
- Record
- SN06416523-F 20220807/220805230120 (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 |