SOLICITATION NOTICE
V -- 70--Moving Services: Disassembly, Transportation, Reassembly, Reconfiguration, and Placement
- Notice Date
- 6/13/2023 1:58:54 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 484210
— Used Household and Office Goods Moving
- Contracting Office
- W6QM MICC-FDO FT CAVAZOS FORT CAVAZOS TX 76544-0000 USA
- ZIP Code
- 76544-0000
- Solicitation Number
- PANMCC23P0000018941
- Response Due
- 6/20/2023 8:00:00 AM
- Archive Date
- 12/17/2023
- 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 PANMCC23P0000018941 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 484210 with a small business size standard of $34.00M. 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: 2023-06-20 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Place of Performance. The MICC Fort Cavazos requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Furniture Move: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform move services and reconfigure existing Herman Miller furniture as defined in this PWS, except for those items specified as government furnished property and services., 1, JOB; 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, MICC Fort Cavazos 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 bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Cavazos 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 Sellers 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.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 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 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. In responding to this request for quote, you must provide the manufacturer'sname and part numbers AND salient characteristics of the items you areproposing to sell to the Government. Regardless of the terminology used ineach RFQ (""Brand Name or Equal"", or ""meet minimum stated specifications),the information describing what you are offering must be physically writteninto the seller's bid specification block. Salient characteristics aredefined as ""pronounced features of an item that identify it describe itssize and composition, functional intent, and/or operational capabilities orlimits."" When researching product capabilities, you must, as a minimum,respond with feature for feature comparisons in order for your product to betechnically evaluated for sufficiency. Responses such as ""bidding exactmatch"", ""as specified"", or cutting and pasting the Government'sspecification information into the seller's bid specification block are notacceptable responses. Offerors who respond in any of the three examplesdirectly above will be eliminated from the competition without considerationof their offer. If you are bidding the same product as is being requested,your seller bid specification should indicate: ""Bidding on Manufacturer(Insert Name) and Part Number (Insert Number). If you are bidding on an ""orequal"" product, your seller bid specification must state: Bidding onManufacturer (Insert Name) and Part Number (Insert Number), containing thefollowing salient characteristics (insert salient characteristics). If yourresponse does not contain all of the required information called out in thisnotice, your quote will be determined nonresponsive and will not beconsidered for award. The apparent awardee shall acknowledge acceptance of any and all re-postings (amendments), in writing, prior to any award resulting from this solicitation. The applicable NAICS code for this procurement is 484210 with the related size standard of $34.0M. The NAICS code identified herein must appear in FAR 52.212-3 ""OfferorRepresentations and Certifications"" in SAM and the vendor must be activelyregistered in that NAICS prior to receipt of quote in order to receive anaward. Offeror are reminded that failure to comply shall render their quoteas non-responsive. Unison Marketplace is a mechanism used by this office to solicit for common usecommercial items in accordance with FAR 13.5. Unison Marketplace is NOT a forum forfiling protests against the Government. Attempts to file protests throughUnison Marketplace will not be considered legitimate as they do not conform to therequirements in the Federal Acquisition Regulation (FAR). It is preferablethat disputes and protests be resolved as quickly as possible at the lowestlevel possible before considering the more formal process described below.The HQ, AMC-Level Protest Program is intended to encourage interested parties toseek resolution of their concerns within AMC, as an Alternate DisputeResolution forum, rather than filing a protest with the GovernmentAccountability Office (GAO) or other external forum. Contract award orperformance is suspended during the protest to the same extent, and withinthe same time periods, as if filed at the GAO. The AMC protest decision goalis to resolve protests within 20 working days from filing. To be timely,protests must be filed within the periods specified in FAR 33.10. If youwant to file a protest under the AMC-Level Protest Program, the protest mustrequest resolution under that program and be sent to the address below. Allother agency-level protests should be sent to the contracting officer forresolution. The address for filing a protest directly with AMC is: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil. Packages sent Federal Express or UPS should be addressed to: HQ Army Material CommandOffice of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 Ft Belvoir, VA22060-5527. The AMC-Level Protest procedures are found at:http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is notavailable, contact the HQ, AMC to obtain the AMC-Level Protest procedures. 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 52.212-2, Evaluation- Commercial Items; 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/. The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation; e.g., if a line item on the contract reads - Computer, 10 each, the contractor shall NOT ship 3 computers on one shipment and 7 computers on a second shipment. Failure to adhere to this requirement will result in invoices being rejected in WAWF and/or a delay in payment for non-conforming shipped quantities. Company must be registered on System for Award Management(SAM) prior to receipt of quote in order to receive an award. Offeror arereminded that failure to comply shall render their quote asnon-responsive. If company is not registered in SAM, they may do so bygoing to SAM web site at www.sam.gov. Proposed responders must submit any questions concerning this solicitation before (date), (time), to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered. Bid MUST be good for 90 days, after submission. No partial bids will be accepted. 1. Participants will meet at:a) Location: Various locations on Fort Cavazosb) POC: Valarie Lawyer @ 254-288-8793 or Valarie.c.lawyer-jefferson.civ@healthl.milc) You are responsible to be at BLDG 36065 @ 2:50 on 13 June 2023 to check in. 2. Various locations starting from 1500 - 1630 (est.)a) Start at Bldg 36065b) Move to Bldg 36039c) Finish at Bldg 360403.Everyone is responsible for their own transportation to and from site visit locations.Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. ALL personnel visiting Fort Cavazos are required to provide a Visit Authorization Letter (VAL) prior to arrival. This includes DA civilians, military and contractors. This time and this time only, you can submit required information to Ms. Lawyer-jefferson NLT (No Later Than) 24 hours prior to site visit schedules date and time. Valarie Lawyer @ 254-288-8793 or Valarie.c.lawyer-jefferson.civ@healthl.milAs per DOD 5220.22-M, National Industrial Security Program Operating Manual (NISPOM), January 1995, Chapter 6, paragraph 6-103, Visit Authorization Letters (VAL), Contractors not in JPAS shall include the following information in all VALs:a. Company name, address and telephone number, assigned CAGE Code, if applicable and certification of the level of the facility security clearance.b. Name, SSN, date and place of birth, citizenship of the employee intending to visit.c. Certification of the proposed visitor's personnel clearance and any special access authorizations required for the visit; (if the individual does not have a security clearance, state ""no clearance"" in this section.d. Organization and name of person(s) to be visited.e. Purpose and sufficient justification for the visit to allow for a determination of the necessity of the visit.f. Date or period of visit.g. For NON CAC card holders, drivers license number and state of issue required.For additional information regarding access, contact the Fort Cavazos Visito Center between the hours of 5:00am to 9:00 PM CST at (254) 287-9909. Services offered can be obtained by visiting their website at https://home.army.mil/cavazos/my-fort/visitor-informationAll personnel without a CAC card will be required to stop at the Fort CAvazos Visitors Center to obtain a vehicle pass for entry to the installation. If driving POV, ensure they have current drivers license, vehicle registration and proof of insurance. If driving rental car bring your rental agreement in with you. During the workday early morning hours the wait to receive a vehicle pass can be up to two hours.Non-CAC holders who are a passenger in a vehicle driven by a CAC holder will present a valid picture ID to the guard at the gate for access to the installation.Defense Department installations will no longer accept driver's licenses from Illinois, Minnesota, Missouri, and Washington as proof of identity for access control purposes, according to DoD officials. Visitors to Fort CAvazos with Drivers License from these states must also have with them:U.S. passport or U.S. passport card, Veteran's Health ID card, DHS ""trusted traveler"" cards, TWIC cards, Select University, library or school cards containing a photograph, name, and expiration date. Non-government photo identification with a person's name and address. Birth certificate or document with a person's full name and date of birth, Utility bill or other documentation showing the person's name and address of principal residence, Vehicle registration with name and address. The driver's licenses remain valid for driving purposes.--End of Visit Request Instructions-- The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1: Price (Lowest Price Technically Acceptable) Price: Quotes will be evaluated for technical acceptability in accordance with provided CLIN structure. Award shall be made to the one offeror who can meet the terms and conditions set forth in this solicitation, all factors considered. Proposed responders must submit any questions concerning this solicitation before (date), (time), to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered. This is a COMBINED synopsis/solicitation for commercial products prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1145fee959e3436895bc537b32061e95/view)
- Place of Performance
- Address: See Place of Performance.
- Record
- SN06713805-F 20230615/230613230112 (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 |