Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
SOLICITATION NOTICE

R -- R4--OPTION - USCG TRACEN CAPE MAY CHAPEL SERVICE

Notice Date
2/16/2023 10:48:05 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711130 — Musical Groups and Artists
 
Contracting Office
SPECIAL MISSION TRAINING CENTER (SM CAMP LEJEUNE NC 28542 USA
 
ZIP Code
28542
 
Solicitation Number
PR67100PR230000062
 
Response Due
1/25/2023 2:00:00 PM
 
Archive Date
07/24/2023
 
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 PR67100PR230000062 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 2023-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 711130 with a small business size standard of $13.00M. 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: 2023-01-25 17:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Cape May, NJ 08204 The DHS USCG Special Mission Training Center requires the following items, Purchase Description Determined by Line Item, to the following: Base Period of Performance: 02/01/2023 - 01/31/2024 LI 001: The Contractor shall provide 52 regular services, IAW with SOW during each 12- month ordering period. Period of Perforce 02/01/2023 - 01/31/2024 Catholic Service, 52, EA; LI 002: The Contractor shall provide 52 regular services, IAW with SOW during each 12- month ordering period. Period of Perforce 02/01/2023 - 01/31/2024 Protestant Service, 52, EA; LI 003: The Contractor shall provide 52 regular services, IAW with SOW during each 12- month ordering period. Period of Perforce 02/01/2023 - 01/31/2024 Choir Service, 52, EA; LI 004: The Contractor shall provide 10 Special Services, IAW with SOW during each 12- month ordering period. Period of Perforce 02/01/2023 - 01/31/2024 Special Service, 10, EA; Option 1 Period of Performance: 02/01/2024 - 01/31/2025 LI 001: The Contractor shall provide 52 regular services, IAW with SOW during each 12- month ordering period. Option Year 1 Period of Perforce 02/01/2024 - 01/31/2025 Catholic Service, 52, EA; LI 002: The Contractor shall provide 52 regular services, IAW with SOW during each 12- month ordering period. Option Year 1 Period of Perforce 02/01/2024 - 01/31/2025 Protestant Service, 52, EA; LI 003: The Contractor shall provide 52 regular services, IAW with SOW during each 12- month ordering period. Option Year 1 Period of Perforce 02/01/2024 - 01/31/2025 Choir Service, 52, EA; LI 004: The Contractor shall provide 10 Special Services, IAW with SOW during each 12- month ordering period. Option Year 1 Period of Perforce 02/01/2024 - 01/31/2025 Special Service, 10, EA; Option 2 Period of Performance: 02/01/2025 - 01/31/2026 LI 001: The Contractor shall provide 52 regular services, IAW with SOW during each 12- month ordering period. Option Year Two Period of Perforce 02/01/2025 - 01/31/2026 Catholic Service, 52, EA; LI 002: The Contractor shall provide 52 regular services, IAW with SOW during each 12- month ordering period. Option Year Two Period of Perforce 02/01/2025 - 01/31/2026 Protestant Service, 52, EA; LI 003: The Contractor shall provide 52 regular services, IAW with SOW during each 12- month ordering period. Option Year Two Period of Perforce 02/01/2025 - 01/31/2026 Choir Service, 52, EA; LI 004: The Contractor shall provide 10 Special Services, IAW with SOW during each 12- month ordering period. Option Year Two Period of Perforce 02/01/2025 - 01/31/2026 Special Service, 10, EA; Option 3 Period of Performance: 02/01/2026 - 01/31/2027 LI 001: The Contractor shall provide 52 regular services, IAW with SOW during each 12- month ordering period. Option Year Three Period of Perforce 02/01/2026 - 01/31/2027 Catholic Service, 52, EA; LI 002: The Contractor shall provide 52 regular services, IAW with SOW during each 12- month ordering period. Option Year Three Period of Perforce 02/01/2026 - 01/31/2027 Protestant Service, 52, EA; LI 003: The Contractor shall provide 52 regular services, IAW with SOW during each 12- month ordering period. Option Year Three Period of Perforce 02/01/2026 - 01/31/2027 Choir Service, 52, EA; LI 004: The Contractor shall provide 10 Special Services, IAW with SOW during each 12- month ordering period. Option Year Three Period of Perforce 02/01/2026 - 01/31/2027 Special Service, 10, EA; Option 4 Period of Performance: 02/01/2027 - 01/31/2028 LI 001: The Contractor shall provide 52 regular services, IAW with SOW during each 12- month ordering period. Option Year Four Period of Perforce 02/01/2027 - 01/31/2028 Catholic Service, 52, EA; LI 002: The Contractor shall provide 52 regular services, IAW with SOW during each 12- month ordering period. Option Year Four Period of Perforce 02/01/2027 - 01/31/2028 Protestant Service, 52, EA; LI 003: The Contractor shall provide 52 regular services, IAW with SOW during each 12- month ordering period. Option Year Four Period of Perforce 02/01/2027 - 01/31/2028 Choir Service, 52, EA; LI 004: The Contractor shall provide 10 Special Services, IAW with SOW during each 12- month ordering period. Option Year Four Period of Perforce 02/01/2027 - 01/31/2028 Special Service, 10, 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, DHS USCG Special Mission Training Center 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. DHS USCG Special Mission Training Center 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. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the ?Included in another line item? function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the Unison ?Submit a Question? feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive. Bid MUST be good for 30 calendar days after close of Buy. 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. 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/. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). In addition to providing pricing at www.unisonmarketplace.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to marketplacesupport@unisonglobal.com. For Exact Match Only Commodity Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The vendor may not substitute any item/service listed on this order without prior written approval from the DHS/CBP Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this RFQ. Items/services that do not conform to descriptions and part numbers found in this RFQ will be rejected at the time of delivery causing a return at the vendor's expense. For Exact Match Services Buys Only- In order for a sellers bid to be 'responsive' and considered for award, the seller is REQUIRED to document exactly how they intend to meet the requirements of the SOW. They shall document statement detailing the service for evaluation. Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. In accordance with the IPP clause; ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (JAN 2016), payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). The Contractor must use IPP for contracts and orders awarded April 11, 2016 or later. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), ""Payment documentation and process"" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https:// www.ipp.gov. Contractor assistance with IPP enrollment can be obtained by contacting IPPCustomerSupport@fms.treas.gov or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/27faa1c4be0849c8b57abdf6c910f8a5/view)
 
Place of Performance
Address: USCG Training Center Cape May 1 Munro Ave., Cape May, NJ 08204, USA
Zip Code: 08204
Country: USA
 
Record
SN06593645-F 20230218/230216230113 (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.