U--Structured Child Interview
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 W9124J20P0006 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 2020-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 611430 with a small business size standard of $11.00M. This requirement is an Women-Owned Small Business Set-Aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-01-28 15:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Fort Sam Houston, TX 78234 The MICC Joint Base San Antonio requires the following items, Meet or Exceed, to the following: LI 001: Location of Training: Family Life Center, 3307 Indiana Avenue, Bldg. # 6501, Fort Leonard Wood, Missouri 65473. POP: 10-12 Feb 2020 See PWS for specific details, 1, EA; LI 002: Location of Training: Family Life Center, 3307 Indiana Avenue, Bldg. # 6501, Fort Leonard Wood, Missouri 65473. POP: 13-15 Apr 2020 See PWS for specific details, 1, EA; LI 003: Location of Training: Family Life Center, 3307 Indiana Avenue, Bldg. # 6501, Fort Leonard Wood, Missouri 65473. POP: 18-20 May 2020 See PWS for specific details, 1, EA; LI 004: Location of Training: Family Life Center, 3307 Indiana Avenue, Bldg. # 6501, Fort Leonard Wood, Missouri 65473. POP: 20-22 Jul 2020 See PWS for specific details, 1, 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, MICC Joint Base San Antonio 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 bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Joint Base San Antonio 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 www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid 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 bids, 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. For solicitation with multiple CLINs, each individual CLINs shall be priced and submitted on Unison Marketplace. Pricing for multiple CLINS shall not be lumped into one line item. Doing so will place your quote/proposal in the (not to be considered for award) status. CLINs with $0 dollar shall be identified as NO CHARGE. 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/. 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 This solicitation is being released in Unison Marketplace for competition. In order to submit a quote, you must register, and/or log into Unison Marketplace to submit your quotes in accordance with their guidance. No quotes will be accepted outside of the Unison Marketplace site. Please log onto www.UnisonMarketplace.com to submit your quote. In addition to providing pricing at www.UnisonMarketplace.com for this solicitation, each Offeror shall provide any required, NON-PRICING responses (e.g. technical proposals, representations and certifications, etc.). You may attach documents with your offer when placing a bid. After you begin the bidding process the attachment feature is located on the 2nd page “Line Items” or you may submit them to MarketplaceSupport@unisonglobal.com to supplement your Bid (e.g., in response to a ‘Brand name or Equal/Meet or Exceed’ Requirement). Failure to provide any required documents prior to the proposal due date and time will deem your offer non-responsive and ineligible for award. The applicable NAICS code for this procurement is 611430 with the related size standard of $12M. The NAICS code identified herein must appear in FAR 52.212-3 "Offeror Representations and Certifications" in SAM and the vendor must be actively registered in that NAICS prior to receipt of quote in order to receive an award. Bidders are reminded that failure to comply shall render their quote as non-responsive The award will be based on lowest price technically acceptable (lowest evaluated price of proposals meeting or exceeding the acceptability standards for technical). To be considered technically acceptable the seller must clearly describe that they understand , and shall provide all of the requirements that are stated in the Performance Work Statement for the services required.
Data sourced from SAM.gov.
View Official Posting »