Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2019 FBO #6528
SOLICITATION NOTICE

71 -- OPTION - INL/Honduras - Bunk Beds and Related Accessories

Notice Date
10/8/2019
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
2401 E St NW (SA-01), Washington, DC 20037
 
ZIP Code
20037
 
Solicitation Number
191NLE20Q0001
 
Response Due
10/22/2019
 
Archive Date
4/19/2020
 
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
Woman Owned 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 191NLE20Q0001 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 337127 with a small business size standard of 500.00 employees. 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 will end on 2019-10-22 16:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be in the Statement of Work. The DOS International Narcotics Law Enforcement Affairs - Department of State requires the following items, Meet or Exceed, to the following: Base Period of Performance: 11/01/2019 - 01/31/2020 LI 001: Detachable Bunk Beds (Meet or Exceed). Please refer to Appendix A, "Technical Specifications of Items," of the attached Statement of Work., 850, EA; LI 002: Single (Twin) Bed Mattresses (Meet or Exceed). Please refer to Appendix A, "Technical Specifications of Items," of the attached Statement of Work., 1700, EA; LI 003: Pillows (Meet or Exceed). Please refer to Appendix A, "Technical Specifications of Items," of the attached Statement of Work., 1700, EA; LI 004: Single Bed Linens (Meet or Exceed). Please refer to Appendix A, "Technical Specifications of Items," of the attached Statement of Work., 1700, EA; LI 005: Blankets (Meet or Exceed). Please refer to Appendix A, "Technical Specifications of Items," of the attached Statement of Work., 1700, EA; LI 006: Double Door Metallic Lockers (Meet or Exceed). Please refer to Appendix A, "Technical Specifications of Items," of the attached Statement of Work., 850, EA; LI 007: Shipping and Handling. Please refer to Appendix B, "Delivery Terms," of the attached Statement of Work., 1, LT; LI 008: Installation. Please refer to Appendix A, "Technical Specifications of Items," of the attached Statement of Work., 1, LT; Option 1 Period of Performance: 02/01/2020 - 04/30/2020 LI 001: Detachable Bunk Beds (Meet or Exceed). Please refer to Appendix A, "Technical Specifications of Items," of the attached Statement of Work., 200, EA; LI 002: Single (Twin) Bed Mattresses (Meet or Exceed). Please refer to Appendix A, "Technical Specifications of Items," of the attached Statement of Work., 400, EA; LI 003: Pillows (Meet or Exceed). Please refer to Appendix A, "Technical Specifications of Items," of the attached Statement of Work., 400, EA; LI 004: Single Bed Linens (Meet or Exceed). Please refer to Appendix A, "Technical Specifications of Items," of the attached Statement of Work., 400, EA; LI 005: Blankets (Meet or Exceed). Please refer to Appendix A, "Technical Specifications of Items," of the attached Statement of Work., 400, EA; LI 006: Double Door Metallic Lockers (Meet or Exceed). Please refer to Appendix A, "Technical Specifications of Items," of the attached Statement of Work., 200, EA; LI 007: Shipping and Handling. Please refer to Appendix B, "Delivery Terms," of the attached Statement of Work., 1, LT; LI 008: Installation. Please refer to Appendix A, "Technical Specifications of Items," of the attached Statement of Work., 1, LT; 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, DOS International Narcotics Law Enforcement Affairs - Department of State 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. DOS International Narcotics Law Enforcement Affairs - Department of State 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. If this is a Brand Name Only procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. All Bids must be valid for 90 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. Shipping must be free on board (FOB) destination OCONUS (Outside 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. No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 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 a FAR clause may be accessed electronically at http://www.acquisition.gov/far/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/INL/INL-RM-MS/191NLE20Q0001/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN05470486-W 20191010/191008230509-901f3fd3dda78b394a1217a21bdc4331 (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  © 1994-2020, Loren Data Corp.