SOLICITATION NOTICE
W -- W--Barge Rental
- Notice Date
- 6/13/2023 1:51:25 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532411
— Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
- Contracting Office
- W6QM MICC-FT STEWART FORT STEWART GA 31314-3324 USA
- ZIP Code
- 31314-3324
- Solicitation Number
- W9124M-23-Q-0043
- Response Due
- 6/20/2023 9:00:00 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
- 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 W9124M-23-Q-0043 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 532411 with a small business size standard of $45.50M. 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 12:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Statement of Work. The MICC Fort Stewart requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Rental of Boat/barge/vesselThe contractor shall provide a diving platform with a minimum 2100 square feet of deck space that can support diving operations. The platform should have at a minimum 3 point moor system and be able to stay moored above a dive site for one week at a time. The contractor shall also provide material handling equipment (MHE) to unload a line haul and load the vessel. The heaviest piece of equipment will be a 20 container weighing approximately 23,000 lbs. The vessel shall also be capable of lifting derelict fishing nets from approximately 180 feet of sea water to the deck space., 1, EA; LI 002: Daily ShuttleThe boat/barge/sea vessel crew shall be responsible to use the detachments rubber outboard boats to transport the detachments to and from the shore at the start and end of each day. The detachments rubber boats will remain moored up to the diving platform overnight to ensure they are not tampered with by the public., 1, JOB; LI 003: Per Day (Working)The dive detachment may utilize the vessel for up to 12 hours of diving per day to include the boat/barge/sea vessel crew moving the barge, set or move anchors, run crane, re-fuel generator, lift nets, etc. as required by the Dive Commander. The 12 hour day(s) may however be broken up throughout a 24 hour period to take advantage of periods of time where tidal current is slowest to ensure safe operations. The working days are subject to change, the intent is to work only 5 days of the week in no particular order. Work days shall be dependent on diving conditions., 29, DAYS; LI 004: Unload/Demobilize OperationsThe dive platform shall meet an advance party of soldiers and equipment at the port to be designated after contract award for initial coordination. The contractor shall provide MHE capable of moving 20 containers weighing up to 23,000 lbs. The MHE shall be used to load and unload a line haul at the start and end of the contract as well as situate the equipment on the diving platform in a suitable configuration for diving operations., 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 Stewart 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 Stewart 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. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 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 a FAR clause may be accessed electronically at http://www.acqnet.gov/far. DFAR 252.211-7003, Item Identification and Valuation Reference: http://farsite.af.mil 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. New equipment ONLY, NO remanufactured or used products. No ""GREY"" market items. Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) Shipping charges shall be included in the purchase cost of the products. Sellers shall deliver the products on the own conveyance to the location listed on the purchase order. No partial shipments unless otherwise specified at time of order. 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 Wide Area Workflow (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 Central Contractor Registration site at http://www.ccr.gov 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 To request a questions and answers summary please email MarketplaceSupport@unisonglobal.com or submit a request through the ""submit a question"" feature. (a) The parties estimate that performance of this contract will not cost the Government more than (1) the estimated cost specified in the Schedule or, (2)if this is a cost-sharing contract, the Governments share of the estimated cost specified in the Schedule. The Contractor agrees to use its best efforts to perform the work specified in the Schedule and all obligations under this contract within the estimated cost, which, if this is a cost-sharing contract, includes both the Governments and the Contractors share of the cost.(b) The Schedule specifies the amount presently available for payment by the Government and allotted to this contract, the items covered, the Governments share of the cost if this is a cost-sharing contract, and the period of performance it is estimated the allotted amount will cover. The parties contemplate that the Government will allot additional funds incrementally to the contract up to the full estimated cost to the Government specified in the Schedule, exclusive of any fee. The Contractor agrees to perform, or have performed, work on the contract up to the point at which the total amount paid and payable by the Government under the contract approximates but does not exceed the total amount actually allotted by the Government to the contract.The Contractor shall notify the Contracting Officer in writing whenever it has reason to believe that the costs it expects to incur under this contract in the next 60 days, when added to all costs previously incurred, will exceed 75 percent of (1) the total amount so far allotted to the contract by the Government or, (2)if this is a cost-sharing contract, the amount then allotted to the contract by the Government plus the Contractors corresponding share. The notice shall state the estimated amount of additional funds required to continue performance for the period specified in the Schedule.(d) Sixty days before the end of the period specified in the Schedule, the Contractor shall notify the Contracting Officer in writing of the estimated amount of additional funds, if any, required to continue timely performance under the contract or for any further period specified in the Schedule or otherwise agreed upon, and when the funds will be required.(e) If, after notification, additional funds are not allotted by the end of the period specified in the Schedule or another agreed-upon date, upon the Contractors written request the Contracting Officer will terminate this contract on that date in accordance with the provisions of the Termination clause of this contract. If the Contractor estimates that the funds available will allow it to continue to discharge its obligations beyond that date, it may specify a later date in its request, and the Contracting Officer may terminate this contract on that later date.(f) Except as required by other provisions of this contract, specifically citing and stated to be an exception to this clause-(1) The Government is not obligated to reimburse the Contractor for costs incurred in excess of the total amount allotted by the Government to this contract; and(2) The Contractor is not obligated to continue performance under this contract (including actions under the Termination clause of this contract) or otherwise incur costs in excess of-(i) The amount then allotted to the contract by the Government or;(ii) If this is a cost-sharing contract, the amount then allotted by the Government to the contract plus the Contractors corresponding share, until the Contracting Officer notifies the Contractor in writing that the amount allotted by the Government has been increased and specifies an increased amount, which shall then constitute the total amount allotted by the Government to this contract.(g) The estimated cost shall be increased to the extent that (1) the amount allotted by the Government or, (2)if this is a cost-sharing contract, the amount then allotted by the Government to the contract plus the Contractors corresponding share, exceeds the estimated cost specified in the Schedule. If this is a cost-sharing contract, the increase shall be allocated in accordance with the formula specified in the Schedule.(h) No notice, communication, or representation in any form other than that specified in paragraph (f)(2) of this clause, or from any person other than the Contracting Officer, shall affect the amount allotted by the Government to this contract. In the absence of the specified notice, the Government is not obligated to reimburse the Contractor for any costs in excess of the total amount allotted by the Government to this contract, whether incurred during the course of the contract or as a result of termination.(i) When and to the extent that the amount allotted by the Government to the contract is increased, any costs the Contractor incurs before the increase that are in excess of-(1) The amount previously allotted by the Government or;(2) If this is a cost-sharing contract, the amount previously allotted by the Government to the contract plus the Contractors corresponding share, shall be allowable to the same extent as if incurred afterward, unless the Contracting Officer issues a termination or other notice and directs that the increase is solely to cover termination or other specified expenses.(j) Change orders shall not be considered an authorization to exceed the amount allotted by the Government specified in the Schedule, unless they contain a statement increasing the amount allotted.(k) Nothing in this clause shall affect the right of the Government to terminate this contract. If this contract is terminated, the Government and the Contractor shall negotiate an equitable distribution of all property produced or purchased under the contract, based upon the share of costs incurred by each.(l) If the Government does not allot sufficient funds to allow completion of the work, the Contractor is entitled to a percentage of the fee specified in the Schedule equalling the percentage of completion of the work contemplated by this contract.(End of clause) (a) 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. PriceIf there are multiple CLINs in the schedule of the SF1449, the total evaluated price shall be the sum of all CLIN prices listed. Offers submitted in response to this solicitation shall be in U.S. Dollars.If the offer provides a total amount for a contract item but fails to enter the unit price, the amount divided by the specified quantity will be held to be the intended unit price; if this division results in a unit price with more than two digits after the decimal point (i.e. has fractions of a cent), the offer may be determined unacceptable. Each offerors proposed price will be evaluated to determine whether it is fair and reasonable as per FAR 13.106-3.The Government reserves the right to conduct a price realism analysis of prices considered to be unrealistically low. The Government may consider the offerors understanding of the items or ability to deliver the items in this analysis and risk assessment. An unrealistically low price may result in the offerors proposed price being rejected and ineligible for award.Factor 2. TechnicalIn accordance with 52.212-1(b)(4) and the required specifications contained in this solicitation, the offeror must provide a technical description of the items being offered. The Technical rating will be based on an Acceptable / Unacceptable basis. The following definitions will be used in evaluating the offerors proposal againstthe technical requirement:Acceptable: Proposal clearly meets or exceeds the requirements of the solicitation Unacceptable: Proposal does not clearly meet or exceed the requirements of the solicitation.(b) Options. Not Applicable(c) A written notice of award or acceptance of an offer, mailed or otherwisefurnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(End of provision) The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7f1be8794ff745d5b3675e1e4550a57f/view)
- Place of Performance
- Address: See Statement of Work.
- Record
- SN06713817-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 |