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
SOLICITATION NOTICE

N -- Electronic Filing System, Lektriever Montgomery, AL

Notice Date
9/17/2019
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
CCMI-RCK BLDG 1109B STE 250, Fort Knox, KY 40121
 
ZIP Code
40121
 
Solicitation Number
19-Q-6518
 
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
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 19-Q-6518 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 337214 with a small business size standard of 500.00 employees. 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 11:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be Montgomery, AL 36114 The MICC Fort Knox requires the following items, Brand Name or Equal, to the following: LI 001: Filing system, Lektriever Replacement Two (2)each, Model 120-1411W, Electronic filing system, brand name or equal to Lektriever Base Unit, Overall unit size 103.54"W X 95.48"H x 47.32"D (59" w/work counter) Fourten (14) each Letter Drawer Carriers, 2716 LFI per unit, Front Access Opening Light, Standing Work Counter 39.4" Height, Light Gray color, TO Control located in Work Counter, E-Service Switch & E-Stop Button (LH & RH Side). Delivery to Montgomery, Alabama with requested delivery date no later than 31 January 2020., 2, EA; LI 002: Removal and Disposal. In accordance with (IAW) the Performance Work Statement (PWS) included herein, the contractor shall remove and dispose of the Two (2)each existing Lektriever shelving systems no later than 31 January 2020., 1, EA; LI 003: Installation and Training. IAW the PWS included herein, the contractor shall provide installation and initial operator instructional training services. Note: Mechanical Equipment Installation and does not include any electrical connections unless otherwise noted. Includes Freight delivery to Montgomery Alabama with requested delivery date no later than 31 January 2020., 1, EA; LI 004: Warranty Maintenance Services. IAW the PWS, the contractor shall provide a two-year warranty to include scheduled maintenance visits at six, twelve and eighteen months for the warranty period of coverage from the date of installation through a period of 24 months., 1, EA; LI 005: Contractor Manpower Reporting (CMR) IAW the PWS, the contractor shall provide data on contractor labor hours (including subcontractor labor hours) for performance of this contract. The cost, if any, for providing this data shall be entered into the space provided at this CLIN., 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 Fort Knox 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 Fort Knox 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. The following DFARS clauses are applicable under DFARS: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions New equipment ONLY, NO remanufactured or used products. No "GREY" market items. FOB Destination CONUS (CONtinental U.S.) Bid MUST be good for 30 calendar days after submission No partial shipments unless otherwise specified at time of order 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 System for Award Management (SAM ) site at https://www.sam.gov/portal/public/SAM /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 The Buy American Certificate, when attached, must be completed and faxed to 502-624-7165 before the end date and time of this solicitation. Digital copies of the certificate may be emailed to MarketplaceSupport@unisonglobal.com. 52.204-7-System for Award Management 52.212-1-Instructions to Offerors 52.212-3 (ALT I)-Reps & Certs 52.222-22-Previous Contracts and Compliance Reports 52.222-25-Affirmative Action Compliance 52.225-25-Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps & Certs 52.252-1-Provisions by Reference 252.203-7005-Representation Relating to Compensation of Former DoD Officials 252.225-7000-Buy American Statute--Balance of Payments Program Certificate 52.204-13-System for Award Management Maintenance 52.212-4-Contract Terms & Conditions 52.212-5-Contract Terms & Conditions 52.219-6-Notice of SB Set-Aside 52.232-18-Availability of Funds 52.232-39-Unenforceability of Unauthorized Obligations 52.232-40-Providing Accelerated Payments to Small Business Subcontractors 52.252-2-Clauses by Reference 252.203-7000-Requirements Relating to Compensation of Former DoD Officials 252.203-7002-Requirement to Inform Employees of Whistleblower Rights 252.204-7003-Control of Government Personnel Work Product 252.204-7004 Alt A-System for Awards Management 252.204-7012-Safeguarding of Unclassified Controlled Technical Information 252.211-7003-Item Identification & Valuation 252.225-7001-Buy American and Balance of Payments Program 252.225-7002-Qualifying Country Sources for Subcontractors 252.232-7003-Electronic Invoicing 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 5152.233-4000-AMC Level Protest Program 52.204-7-System for Award Management 52.212-1-Instructions to Offerors 52.212-3 (ALT I)-Reps & Certs 52.222-22-Previous Contracts and Compliance Reports 52.222-25-Affirmative Action Compliance 52.225-25-Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps & Certs 52.252-1-Provisions by Reference 252.203-7005-Representation Relating to Compensation of Former DoD Officials 252.204-7004-Alternate A, System for Award Management 252.209-7002-Disclosure of Ownership or Control by a Foreign Gov't 252.209-7993-Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law - Fiscal Year 2014 Appropriations 52.204-9-Personal Identity Verification of Contractor Personnel 52.204-13-System for Award Management Maintenance 52.212-4-Contract Terms & Conditions 52.212-5-Contract Terms & Conditions 52.219-6-Total SB Set-Aside 52.222-99 (DEV)-Establishing a Minimum Wage for Contractors 52.222-41-Service Contract Act of 1965, as Amended 52.232-39-Unenforceability of Unauthorized Obligations 52.232-40-Providing Accelerated Payments to Small Business Subcontractors 52.237-2-Protection of Government Buildings, Equipment and Vegetation 52.252-2-Clauses by Reference 252.203-7000-Requirements Relating to Compensation of Former DoD Officials 252.203-7002-Requirement to Inform Employees of Whistleblower Rights 252.204-7003-Control of Government Personnel Work Product 252.204-7004 Alt A-System for Awards Management 252.204-7005-Oral Attestation of Security Responsibilities 252.204-7012-Safeguarding of Unclassified Controlled Technical Information 252.232-70030-Electronic Invoicing 252.232-7006-Wide Area Workflow Instructions 252.232-7010-Levies on Contract Payments 252.246-7004-Safety of Facilities, Infrastructure and Equipment for Military Operations 252.247-7023-Transportation of Supplies by Sea 5152.233-4000-HQ AMC Level Protest Program Award will be made in the aggregate to the lowest priced, responsive, responsible offeror. Failure to submit a price on all items will render the quote non-responsive. All contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. The official SAM website is https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM. 60 days preferred, Desired Delivery: No Later Than 31 January 2020. The following FAR Provisions are applicable: 52.211-6 Brand Name or Equal. The full text of a FAR Provision may be accessed electronically at http://farsite.hill.af.mil/. The following FAR Clauses are applicable: 52.212-4 Contract Terms and Conditions Commercial Items. 52.219-6 Notice of Total Small Business Set-Aside. 52.222-41 Service Contract Labor Standards. The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil/. 252.203-7005 Representations Relating to Compensation of Former DoD Officials, 252.204-7004 Alt A, System for Awards Management, Evaluations, 252.225-7000, 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.203-7002, Requirement to Inform Employees of Whistleblower Rights, 252.204-7003, Control of Government Personnel Work Product,252.204-7004 Alt A, System for Awards Management, 252.211-7003, Item Identification & Valuation, 252.225-7001, 252.225-7002,Electronic Invoicing,252.232-7006, WideArea Workflow Instructions, 252.232-7010, Levies on Contract Payments, 252.244-7000, Subcontracts for Commercial Items, 252.247-7023, Transportation of Supplies by Sea.252.211-7003, Item Unique Identification and Valuation Vendors proposing to furnish a substitute for any item (CLIN) must submit descriptive literature with their quote in order to be responsive and establish that the proposed items(s) are equal to the brand name. Failure to submit descriptive literature for substitute items with your quote will result in your quote being declared non-responsive. Refer to the Buy attachment for the applicable Full Text Provisions and Clauses.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8a7e3ad3ad79c7a91d06b0d3e3ea022e)
 
Place of Performance
Address: Montgomery, AL 36114
Zip Code: 36114-3110
 
Record
SN05447881-W 20190919/190917231117-8a7e3ad3ad79c7a91d06b0d3e3ea022e (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.