Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 14, 2023 SAM #7869
SOLICITATION NOTICE

71 -- 71--HANGAR 1-S ALOFT EXECUTIVE FURNITURE REPLACEMENT

Notice Date
6/12/2023 3:27:36 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337211 — Wood Office Furniture Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N6833523Q0240
 
Response Due
6/29/2023 8:00:00 AM
 
Archive Date
12/26/2023
 
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
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 N6833523Q0240 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 2023-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 337211 with a small business size standard of 1,000.00 employees. This requirement is a Small Business Set-Aside and only qualified sellers may submit quotes. 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: 2023-06-29 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Statement of Work. The NAWC-AD Lakehurst requires the following items, Brand Name or Equal, to the following: LI 001: High Grade Offie Suite, Artemis FSWHG-1 IAW SOW, 3, EA; LI 002: Freestanding Wood Wardrobe, Artemis 76WR36246901, 30-in IAW SOW, 1, EA; LI 003: Freestanding Wood Wardrobe, Artemis 76WR24246914, 24-in IAW SOW, 2, EA; LI 004: Freestanding Lab HA Table, Workrite 0ZST9 IAW SOW, 10, EA; LI 005: Standard Task Chair, Krug Callisto CAL1M22P IAW SOW, 10, EA; LI 006: Standard Task Chair, Krug Callisto CAL1M22P IAW SOW, 17, EA; LI 007: Lateral File Printer Area, Pack ZFLATF236 IAW SOW, 1, EA; LI 008: 13 gal Step-on Waste Receptacles IAW SOW, 2, EA; LI 009: Design IAW SOW, 1, EA; LI 010: Project Management IAW SOW, 1, EA; LI 011: Data and Electric IAW SOW, 1, EA; LI 012: Installation IAW SOW, 1, EA; LI 013: CDRL - As Built Drawings (no cost) IAW SOW, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested Sellers 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, NAWC-AD Lakehurst 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. A Seller may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAWC-AD Lakehurst 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 quotes. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a quote on https://marketplace.unisonglobal.com.Sellers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Sellers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Sellers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith quotes, 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 Sellers 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 60 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 combined solicitation synopsis 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. A site visit will be conducted at NAWCAD Lakehurst, NJ on 07 June 2023 at 10:00 AM. The site visit attendance is highly recommended. All interested parties MUST submit their security information for access to Shara Ruth at shara.j.ruth.civ@us.navy.mil PRIOR TO 11 AM EDT. 06 June 2023. Please include your legal name and phone number. After the email is received, the contract specialist will call the vendor to obtain your Social Security Number and Date of Birth. Please have valid ID for access to the base. For the Site Visit, the contractors will meet at the Main Gate Visitor Center located inGPS at Front Gate Naval Air Engineering Station Lakehurst. For questions, please contact Shara Ruth at shara.j.ruth.civ@us.navy.mil. Shall be performed at Government facility by Government representatives. Payment will be provided once invoices are submitted through the Government's Wide Area Workflow system at https://wawf.eb.mil/. Payments terms: Net 30 days. No contract financing will be provided for this effort. Award shall be made on a Lowest Price Technically Acceptable Basis. Award shall be made only to responsible vendors (FAR 9.1) who have submitted a technically acceptable quote in accordance with the terms of this combined solicitation synopsis. This request neither implies nor requests the commencement of any effort. Further, the Government shall incur no obligation whatsoever as a result of this proposal request if a contract is not executed. Deliveries shall be made within 90 days after order receipt. Early delivery is acceptable and encouraged. THIS BUY TERM REPLACES THE AUTO-GENERATED CRITERIA SPECIFIED UNDER THE""QUESTION SUBMISSION"" SECTION OF UNISON'S ""BIDDING REQUIREMENTS INSTRUCTIONS"".THE QUESTION SUBMISSION PROCEDURES OUTLINED UNDER THIS BUY TERM SHALL APPLYAND WILL BE ENFORCED. All questions pertaining to this combined solicitation synopsis shall be submitted through the Unison web tool. Should content of the questions exceed the allowable space in the "" submit a question"" feature, questions shall be provided in writing to a Unison representative that will be forwarded to the Government for review. All questions submitted will be reviewed and responses will be provided by our agency in Q&A format as an amendment or public response to the combined solicitation synopsis, publicized for all of industry to view. 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/. Offeror certifies that they have read and understood the terms and conditions provided in the attachmentTerms and Conditions. The offeror takes no exception to these terms and conditions. DFARS 252.211-7003 Item Unique Identification and Valuation applies to end items that have a unit Acquistion cost of $5,000 or more. For purposes of bidding, Offerors shall NOT combine any similar line items. Instead Offerors shall place their quotes exactly as outlined in this request for quote. This Unison Buy provides offerors fewer than 30 days to submit their offer. In the event that only one offer is received in response to this combined solicitation synopsis, the Contracting Officer may cancel the combined solicitation synopsis and re-solicit for an additional period of at least 30 days in accordance with DFARS 215.371-2. DFARS 252.215-7005 also applies to this combined solicitation synopsis. Normally, competition establishes price reasonableness. It is to be noted that the awarded CLIN structure for this requirement shall not be based at the component level. Instead at time of award components shall be rolled up into higher level CLINs as applicable. Should there be any discrepancies between the Seller Attachments and the Unison line items, the Unison line items shall take precedence. DFARS Clause 252.225-7012, Preference for Certain Domestic Commodities is applicable. DFARS Clause 252.246-7007, CONTRACTOR COUNTERFEIT ELECTRONIC PART DETECTION ANDAVOIDANCE SYSTEM is applicable. DFARS Clause 252.225-7008, Restrictions on Specialty Metals is applicable. DFARS Clause 252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals is applicable. This procurement will be issued as a 100% Small Business Set Aside under NAICS code 337211 Wood Office Furniture Manufacturing with a size standard of 1,000 employees.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bcf2a1442d854e99a662d06d855fc06e/view)
 
Place of Performance
Address: See Statement of Work.
 
Record
SN06712908-F 20230614/230612230112 (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.