Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 08, 2020 SAM #6796
SOLICITATION NOTICE

37 -- Bird Deterrent System

Notice Date
7/6/2020 3:25:05 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332510 — Hardware Manufacturing
 
Contracting Office
NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
 
ZIP Code
92136
 
Solicitation Number
N0024420Q0151
 
Response Due
7/13/2020 12:00:00 AM
 
Archive Date
01/09/2021
 
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
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 N0024420Q0151 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 2020-07. The associated North American Industrial Classification System (NAICS) code for this procurement is 332510 with a small business size standard of 750.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit quotes. 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: 2020-07-13 16:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Statement of Work. The FLC - San Diego requires the following items, Meet or Exceed, to the following: LI 001: Procurement and installation of Elevated Bird Deterrent System on rooftops and Rail Exclusions of top two floors (7th & 8th floor) of both, Buildings 635 and 603 for the Unaccompanied Housing (UH) Dept at Naval Base Point Loma (NBPL). Roof Top Bird Deterrent and Rail Exclusion are to safely reduce and deter seagulls from landing, reproducing and from excreting droppings which cause a variety of safety concerns to military guests, government employees and overnment/personal property. See attached Statement of Work. MANDATORY SITE VISIT ON THURSDAY, JULY 9, 2020 FROM 10:00AM TO 11:00AM. Contact Gov POC, Mr John Pacifico at john.pacifico@navy.mil, 619-221-5212. Wearing of face covering remains in effect at all DOD installations., 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, FLC - San Diego 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - San Diego 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 quotes. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a quote 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 quotes, 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. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm FAR 52.247-34, F.o.b. Destination applies New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.204-10 Reporting Subcontract Awards. Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.212-2 Evaluation - Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers w/ Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-18 Availability of Funds 252.211-7003 Item Identification & Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) Control of Government Personnel Work Product (April 1992) Safeguarding of Unclassified Controlled Technical Information Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) Buy American Act & Balance of Payments (Oct 2011) Sellers understand that the Marketplace ranks all Bids by price; however, sellers will be evaluated by the Buyer in accordance with the basis established in the solicitation and pursuant to applicable acquisition regulations and/or departmental guidelines. The award decision is the sole discretion of the Buyer. This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e3e036e66b49482b90b61410441de77e/view)
 
Place of Performance
Address: See Statement of Work.
 
Record
SN05712218-F 20200708/200706230149 (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  © 1994-2020, Loren Data Corp.