84--Shelter Kits - ProPac
CANCELLATION 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 t... CANCELLATION 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 N0060419Q4027 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 2005-101 with a small business size standard of 500.00 employees. This requirement is unrestricted 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 2019-03-13 17:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be JBPHH, HI 96853 The FLC - Pearl Harbor requires the following items, Brand Name Only (Exact Match), to the following: LI 001: 25-person shelter kit, ProPac K5500, consisting of storage cart, 25 fleece blankets, 1 pack unisex hygiene kit, 1 pack inflatable pillows, 1 pack first aid kit, 1 pack emergency weather radio, 2 packs D-cell batteries, and 25 cots, 20, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors 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, FLC - Pearl Harbor 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. FLC - Pearl Harbor 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 Offerors 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. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors 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 offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com. : Equipment Condition: New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Offer period: Bid MUST be good for 30 calendar days after close of Buy. FAR Site: The full text of the referenced FAR clauses/provisions may be accessed electronically at https://www.acquisition.gov/?q=browsefar DFARS Site: The full text of the referenced DFARS clauses/provisions may be accessed electronically at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ SAM Registration: All offerors are required to have an active registration in System for Award Management (SAM) to respond to federal solicitations. To register in SAM, please go to https://www.sam.gov/. Any active or inactive exclusions in SAM may preclude an award being made to your company. 52.203-19: Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7: System for Award Management 52.204-10: Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13: SAM Maintenance 52.204-16: Commercial and Government Entity Code Reporting 52.204-18: Commercial and Government Entity Code Maintenance 52.209-6: Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10: Prohibition on Contracting with Inverted Domestic Corporations 52.212-1: Instructions to Offerors -- Commercial Items (DEVIATION 2018-O0018) 52.212-3 & Alt I: Offeror Representations and Certifications -- Commercial Items 52.212-4: Contract Terms and Conditions--Commercial Items 52.212-5: Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-28: Post Award Small Business Program Rerepresentation 52.222-3: Convict Labor 52.222-19: Child Labor--Cooperation with Authorities and Remedies 52.222-21: Prohibition of Segregated Facilities 52.222-26: Equal Opportunity 52.222-36: Equal Opportunity for Workers With Disabilities 52.222-50: Combating Trafficking in Persons 52.223-18: Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13: Restriction on Certain Foreign Purchases 52.232-33: Payment by Electronic Funds Transfer - SAM 52.232-40: Providing Accelerated Payments to Small Business Subcontractors 52.233-3: Protest after Award 52.233-4: Applicable Law for Breach of Contract Claim 252.203-7000: Requirements Relating to Compensation of Former DOD Officials 252.203-7005: Representation Relating to Compensation of Former DoD Officials 252.204-7015: Disclosure of Information to Litigation Support Contractors 252.211-7003 : Item Unique Identification and Valuation 252.223-7008: Prohibition of Hexavalent Chromium 252.225-7001: Buy American Act & Balance of Payments Program 252.225-7002: Qualifying Country Sources as Subcontractors 252.225-7012: Preference for Certain Domestic Commodities 252.225-7048: Export- Controlled Items 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports 252.232-7006: Wide Area Workflow Payment Instructions 252.232-7010: Levies on Contract Payments 252.244-7000: Subcontracts for Commercial Items 252.247-7023: Transportation of Supplies by Sea
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »