Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 23, 2020 SAM #6720
SOLICITATION NOTICE

J -- OPTION - Plumbing Services - NYC

Notice Date
4/21/2020 5:28:08 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
FEMA WASHINGTON DC 20472 USA
 
ZIP Code
20472
 
Solicitation Number
70FBR220Q00000061
 
Response Due
4/22/2020 12:00:00 AM
 
Archive Date
10/19/2020
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
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 70FBR220Q00000061 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 2020-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 238220 with a small business size standard of $15.00M. 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, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-04-22 17:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Statement of Work. The DHS Federal Emergency Management Agency requires the following items, Purchase Description Determined by Line Item, to the following: Base Period of Performance: 04/22/2020 - 05/21/2020 LI 001: Routine maintenance in accordance with the attached SOO. - Three times a week for one month. (Vendor should quote 12 services per month)., 12, EA; LI 002: Emergency service as needed - PER HOUR RATE ONLY, 1, EA; Option 1 Period of Performance: 05/22/2020 - 06/21/2020 LI 001: Routine maintenance in accordance with the attached SOO. - Three times a week for one month. (Vendor should quote 12 services per month), 12, EA; LI 002: Emergency service as needed - PER HOUR RATE ONLY, 1, EA; Option 2 Period of Performance: 06/22/2020 - 07/21/2020 LI 001: Routine maintenance in accordance with the attached SOO. - Three times a week for one month. (Vendor should quote 12 services per month), 12, EA; LI 002: Emergency service as needed - PER HOUR RATE ONLY, 5, 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 www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Federal Emergency Management Agency 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. DHS Federal Emergency Management Agency 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. Bid MUST be good for 30 calendar days after close of Buy. 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/. Services are needed as soon as possible. Vendors shall provide start date for routine maintenance. On call emergency service requires a 6 hour response time frame. Preference will be given to vendors based in state of New York in accordance with Stafford Act Section 307. In order to be eligible for preference, sellers must have their primary business location in New York per Stafford Act and FAR 6.6. The Government reserves the right to reduce the requirement as needed due to rapid changes in response to COVID-19. This acquisition is subject to the availability of funds. Funds are not currently available and no award will be made until funds are available for this requirement. The Contractor�s representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract By submitting this offer, the offeror certifies that, at the time of submission, they have adequate financial resources to perform the contract; they have the capability to comply with the required or proposed delivery or performance schedule; and otherwise meet or exceed the general standards required by FAR 9.104-1. The offeror shall disclose any filings for bankruptcy, fines levied by governmental agencies, or legal proceeding against any participating organization, employees, corporate officer, or entity that might have a material effect on the proposer�s ability to implement the proposed project, as required by FAR [52.209-5 or 52.212-3(h)*], Certification Regarding Responsibility Matters. Criteria for award will be based on an LPTA (Lowest Price Technically Acceptable) evaluation. For the proposal to be technically acceptable, the offeror must provide services that meet or exceed the specifications of the Statement of Objective (SOO)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c4e0764c7c4047158d079ca3a93b94a0/view)
 
Place of Performance
Address: See Statement of Work.
 
Record
SN05630679-F 20200423/200422060351 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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