45--Lavatory Cart
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... 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 N6833523Q0123 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 2023-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 334513 with a small business size standard of 750.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit quotes. 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: 2023-05-11 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Statement of Work. The NAWC-AD Lakehurst requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: OEM AERO Specialties Ground Support and Equipment - Cart, Lavatory, P/N: LC180-RJ2G, NIIN: 4510-01-619-1377 in accordance with the Statement of Work. Items are to be delivered 20 weeks after receipt of order., 3, 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 https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, NAWC-AD Lakehurst 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAWC-AD Lakehurst 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 https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a quote on https://marketplace.unisonglobal.com. Offerors that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.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 https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith quotes, 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 offerors 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. 1. New Equipment ONLY; NO remanufactured or "gray market" items. 2. All items must be covered by the manufacturer's warranty. 3. All items must be manufactured by the vendor. Items from resellers are not acceptable for this effort. Bid MUST be good for 60 calendar days after close of Buy. Delivery shall be Free On Board (FOB) Origin (FAR 52.247-29) for quantities under CLIN 001. Inspection and Acceptance will occur at Origin by DCMA or authorized Government representative. 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. Payment will be provided once invoices are submitted through the Government's Wide Area Workflow system at https://wawf.eb.mil/. Payments terms: Net 30 days. No contract financing will be provided for this effort. This request neither implies nor requests the commencement of any effort. Further, the Government shall incur no obligation whatsoever as a result of this proposal request if a contract is not executed. Award shall be made to the lowest price, technically acceptable offeror. Technical Acceptability shall be determined by the following: (1) Demonstration that the offeror is an authorized distributor, partner, or reseller of the Original Equipment Manufacturer, AERO Specialties Ground Support and Equipment. Acceptable demonstration is as follows: offerors shall provide written documentation from the Original Equipment Manufacturer that their company is authorized to distribute the required equipment; AND (2) Offeror provides an exact match of the part number listed in the line items section of this solicitation. The items shall be delivered to the Government 20 weeks after reciept of order. Early delivery will be accepted at no additional cost to the Government. Interested vendors shall provide pricing for each item of supply. Quotes which do not provide pricing for each item shall not be considered. (This does no apply to CDRLs provided "Not Separately Priced") THIS BUY TERM REPLACES THE AUTO-GENERATED CRITERIA SPECIFIED UNDER THE "QUESTION SUBMISSION" SECTION OF UNISON'S "BIDDING REQUIREMENTS INSTRUCTIONS". THE QUESTION SUBMISSION PROCEDURES OUTLINED UNDER THIS BUY TERM SHALL APPLY AND WILL BE ENFORCED. All questions pertaining to this solicitation shall be submitted through the Unison web tool. Should content of the questions exceed the allowable space in the " submit a question" feature, questions shall be provided in writing to a Unison representative that will be forwarded to the Government for review. All questions submitted will be reviewed and responses will be provided by our agency in Q&A format as an amendment or public response to the solicitation, publicized for all of industry to view. 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/. The procurement will be issued as a 100% Small Business Set Aside under NAICS code 334513 - Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables with a size standard of 750 employees. DFARS 252.211-7003 Item Unique Identification and Valuation applies to this procurement. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) applies to this solicitation and prior to award of the resulting contract action. FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) applies to this procurement. By submitting a bid under this solicitation, the offeror understands the terms of this clause. FAR Provision 52.204-26 Covered Telecommunications Equipment or Services - Representation (Oct 2020) applies to this solicitation. Please update your SAM account to reflect the most recent FAR 52.204-26 Covered Telecommunications Equipment or Services - Representation (Oct 2020) provision. If your SAM account is updated to reflect the most recent FAR 52.204-26 Covered Telecommunications Equipment or Services - Representation (Oct 2020) provision and sections (d)(1) and (d)(2) are both checked “does not” under representations, no further action is required. If your SAM account is not updated to reflect the most recent FAR 52.204-26 Covered Telecommunications Equipment or Services - Representation (Oct 2020) provision or sections (d)(1) and (d)(2) are not both checked “does not” under representations in the updated provision, the Government will need a completed signed and dated copy of FAR 52.204-24 Fill-In sheet (Attachment 001 - FAR 52_204-24) prior to award. Sections (d)(1) and (d)(2) must be checked appropriately under representations. DFARS Clause 252.204-7012, “Safeguarding Covered Defense Information and Cyber Incident Reporting” (December 2015), applies to this solicitation and resultant contract. By submitting a bid under this solicitation, the offeror understands the terms of this clause. DFARS Clause 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DEC 2019 By submitting a bid under this solicitation, the offeror understands the terms of this clause. DFARS Provision 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2020) applies to this solicitation. In accordance with the requirement identified in DFARS 252.204-7019 paragraph (b), all interested vendors shall have a current assessment for each covered contractor information system that is relevant to the contract, task order or delivery order. DFARS 252.204-2019 paragraph (c) identifies the procedure by which interested vendors shall make the assessment score available to the Government (i.e., posting in the Supplier Performance Risk System (SPRS)). DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements (NOV 2020) applies to this procurement. By submitting a bid under this solicitation, the offeror understands the terms of this clause. The Government will only accept the Government's part name and part number listed in each line item (exact match). If the offeror submits an alternate or different part name or part number from the line item description, the quote may be rejected without further evaluation, deliberation or discussion. EXACT P/N REQUIRED; NO SIMILAR ITEMS WILL SATISFY THE REQUIREMENT.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »