Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2019 FBO #6507
MODIFICATION

J -- Oshkosh Striker 1500AF Pump Repair

Notice Date
9/17/2019
 
Notice Type
Modification/Amendment
 
Contracting Office
RIANG Quonset State Airport, North Kingstown, RI 02852
 
ZIP Code
02852
 
Solicitation Number
W912LD-19-Q-5011
 
Response Due
9/19/2019
 
Archive Date
3/17/2020
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
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 W912LD-19-Q-5011 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 2019-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 811111 with a small business size standard of $7.50M. This requirement is a [ 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 will end on 2019-09-19 12:30:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be, null null The National Guard - Rhode Island requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: OSHKOSH STRIKER 1500AF PUMP. PART # O-3626606, to include FREIGHT CHARGES. Refer to attached Brand Name Justification, and Vehicle ID Plate, 1, EA; LI 002: LABOR AND MATERIAL TO REPAIR OSHKOSH STRIKER 1500AF PUMP, TO INCLUDE OPERATIONAL TESTING OF REPAIR PER PWS 5.1.2. Refer to attached Performance Work Statement Quotation must break out of labor hours and rater per hour., 1, JOB; 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, National Guard - Rhode Island 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. National Guard - Rhode Island 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 Offerors 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. 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 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 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 90 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/. 52.203-19 “ Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards. 52.204-16Commercial and Government Entity Code Reporting 52.204-18Commercial and Government Entity Code Maintenance. 52.209-6  Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment 52.209-10Prohibition on Contracting with Inverted Domestic Corporations. 52.219-6  Notice of Total Small Business Set-Aside. 52.219-28Post-Award Small Business Program Rerepresentation. 52.222-3  Convict Labor 52.222-41Service Contract Labor Standards. 52.222-42Statement of Equivalent Rates for Federal Hires. 52.222-50Combating Trafficking in Persons. 52.222-55Minimum Wages Under Executive Order 13658 52.222-62Paid Sick Leave Under Executive Order13706 52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33Payment by Electronic Funds Transfer ”System for Award Management. 52.232-40Providing Accelerated Payments to Small Business Subcontractors. 52.233-3  Protest after Award. 52.233-4  Applicable Law for Breach of Contract Claim 52.245-1 Alternate I  Government Property. 52.252-1  Solicitation Provisions Incorporated by Reference. 52.252-2  Clauses Incorporated by Reference. 52.252-5  Authorized Deviations in Provisions. 52.252-6  Authorized Deviations in Clauses. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Only bids which address both line items will be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/657ddaf8a99a4e14fb274490f19d1cc4)
 
Place of Performance
Address: , null null
Zip Code: null
 
Record
SN05447091-W 20190919/190917230827-657ddaf8a99a4e14fb274490f19d1cc4 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.