54--BIN BLOCKS
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 solic... 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 N0016719Q0079 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 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 327331 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-04-03 17:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be West Bethesda, MD 20817 The NAVSEA NSWC - Carderock requires the following items, Meet or Exceed, to the following: LI 001: 6-FOOT BIN BLOCKS The contractor shall deliver all interlocking concrete bin blocks to the NSWC-Carderock Division, West Bethesda, Maryland. The offloading of the interlocking concrete bin blocks will be performed by NSWC-Carderock Division personnel and equipment. THIS TASK MUST BE COMPLETED NLT 11 April 2019. NOTE: Interlocking concrete bin blocks made from recycled concrete are acceptable for the purpose of this procurement., 124, EA; LI 002: 6-FOOT UNIVERSAL BIN BLOCKS The contractor shall deliver all interlocking concrete bin blocks to the NSWC-Carderock Division, West Bethesda, Maryland. The offloading of the interlocking concrete bin blocks will be performed by NSWC-Carderock Division personnel and equipment. THIS TASK MUST BE COMPLETED NLT 11 April 2019. NOTE: Interlocking concrete bin blocks made from recycled concrete are acceptable for the purpose of this procurement., 2, EA; LI 003: 4-FOOT UNIVERSAL BIN BLOCKS The contractor shall deliver all interlocking concrete bin blocks to the NSWC-Carderock Division, West Bethesda, Maryland. The offloading of the interlocking concrete bin blocks will be performed by NSWC-Carderock Division personnel and equipment. THIS TASK MUST BE COMPLETED NLT 11 April 2019. NOTE: Interlocking concrete bin blocks made from recycled concrete are acceptable for the purpose of this procurement., 4, 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 www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, NAVSEA NSWC - Carderock intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAVSEA NSWC - Carderock 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 Offerers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a quote on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.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 www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.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. Bid MUST be good for 30 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 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/. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 327331 and the Small Business Standard is 500 FAR 52.247-34, F.o.b. Destination applies No partial shipments are permitted unless specifically authorized at the time of award. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ -252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) Notice of Total Small Business Set-Aside 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items. Requirements Relating to Compensation of Former DOD Officials (Sep 2011) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) System for Award Management Maintenance Commercial & Government Entity Code Maintenance [use w/52.204-16] Incorporation by Reference of Representations and Certifications DEC 2014 Contract Terms and Conditions--Commercial Items JAN 2017 Unenforceability of Unauthorized Obligations JUN 2013 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 Requirement to Inform Employees of Whistleblower Rights SEP 2013 Control Of Govemment Personnel Work Product APR 1992 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 Prohibition of Hexavalent Chromium JUN 2013 Qualifying Country Sources As Subcontractors DEC 2016 Export-Controlled Items JUN 2013 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 Levies on Contract Payments DEC 2006 Pricing Of Contract Modifications DEC 1991 Subcontracts for Commercial Items JUN 2013 52.204-10 Reporting Subcontract Awards. Notice of Set-Aside of Orders Post Award Small Business Program Rerepresentation Commercial and Government Entity Code Reporting Supplies and Services Provided by Nontraditional Defense Contractors. OWNERSHIP OR CONTROL OF OFFEROR (JUL 2016) PLACE OF MANUFACTURE (AUG 2018) System for Award Management Predecessor of Offeror Representation by Corporations Regarding Delinquent Tax Instructions to Offerors – Commercial Items Convict Labor (June 2003) (E.o. 11755) Child Labor--Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126) Prohibition of Segregated Facilities (Apr 2015) Previous Contracts & Compliance Reports Equal Opportunity (Sept 2016) (E.o. 11246). Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627) Encouraging Contractor Policies to Ban Text Messaging Driving (Aug 2011) (E. O. 13513) Restrictions on Certain Foreign Purchases (June 2008) (E.O. 's, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) Prohibition on Contracting w/Entities Engaging in Certain Activities or Transactions Relating to Iran – Representation & Certification Payment by Electronic Funds Transfer System for Award Management (July 2013) (3 1 U.S.C. 3332) Clauses Incorporated by Reference Deviation Clause Incorporated Compliance with Safeguarding Covered Defense Information Controls Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System 0 Statistical Reporting in Past Performance Evaluations Wide Area Workflow Payment Instructions Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Representation Relating to Compensation of Former DoD Officials
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »