The RFP Database
New business relationships start here

Airlock Fire Door Automatic Openers Purchase and Install Selfridge Air National Guard, MI


Virginia, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

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 W912JB-19-Q-5033 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 2019-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 332321 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 2019-09-03 17:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be SELFRIDGE ANG BASE, MI 48045The Michigan Air National Guard Consolidated Contracting (MACC) requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Selfridge ANGB,MI. Bldg 170 Airlock Fire Door Openers Purchase and Install. "A SITE VISIT" IS SCHEDULE FOR: Thursday, 22 AUGUST 2019 AT 10:00 A.M. EST. SEE BUY TERMS: SITE VISIT FOR DETAILS.

- Salient Characteristics-
Airlock fire door automatic openers @ BLDG. 170
Horton Automatic (or government approved equal)

Each set of 2 doors shall have the following items installed in a surface mounted bulkhead enclosure :
b"    Intertek 3182704 Fire door operator with automatic closer,
o    4900 Series or equal
o    120 VAC, 60 Hz, 3.15 Amps
o    Shall conform to UL STD 325.
All doors shall have (2) motion detected opener switches, (1) on each side of air lock, as denoted on attached plan, and (1) ADA compliant push-button activation switch, as denoted on plan.
Door openers shall be installed as mirror airlock doors on opposite side of building. Refer to plan and photographs.

Product-Hardware to Match Existing Glass Door Systems "Herculite" Entrance Systems Doors., 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, Michigan Air National Guard Consolidated Contracting (MACC) 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. Michigan Air National Guard Consolidated Contracting (MACC) 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.A SITE VISIT IS SCHEDULED FOR THIS REQUIREMENT, CONTRACTOR'S REPRESENTATIVE ARE HIGHLY RECOMMENDED TO ATTEND. A WORK PLAN OF ACCOMPLISHMENT AND EQUIPMENT LIST SHALL BE SUBMITTED WITH THE CONTRACTOR'S BID AS PART OF THE EVALUATION PROCESS OF BID. The site visit for this solicitation is scheduled for 22 August 2019 (THURSDAY) at 10:00 A.M.EST. All contractors interested in bidding must make prior arrangements to attend site visit. Please Note that contractors are limited to no more than Two Representatives from each company to attend the site visit. Any contractor who arrives to designated location later than the designated time, or failed to make arrangements to attend the site visit will not be granted access to the installation. Arrangements to attend the site visit, please contact Arnold Singleton via e-mail at arnold.singleton3.civ @ mail.mil or by phone (586)239-5917 no later than 20 August 2019 (Tuesday) BY 10:00 am (EST), The following information will be required: (a) The company name, (b) Name(s) of individual(s) attending, (c) Date of Birth, (d) Drivers License/State ID and State of Issuance.(e)Gender (f) Race/Ethnicity All information submitted shall be protected in accordance with provisions under the Privacy Act of 1974.(Information is Required for Vetted Purpose to access base) It's recommended that Contractor's Representatives arrive at the visitor's/pass office at least a half-hour prior to schedule site visit for check-in to received visitor's pass. Upon check-in Please have your Driver License/State ID, Social Security Card and Proof of Auto Insurance to receive visitor's pass. Site visit will start at 43200 Maple Street Bldg 105 Contracting Office Selfridge ANGB, MI. promptly at 10:00 am for the assessment of the work site. Contractor's Reps. shall visit the site and take such other steps as may be reasonable necessary to ascertain the nature and location of work and the general and local conditions that can affect the work or cost thereof. Failure to do so will not relieve bidders/offerors from the responsibility for estimating properly the difficulty or cost of successfully carrying out the requirements as listed in the Solicitation . The Government will assume no responsibility for any understanding or representation concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the solicitation for bids or
related documents.The following FAR Provisions and Clauses apply to this acquisition:
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.212-4 Contract Terms and Conditions--Commercial Items
52.212-5 Dev Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Deviation 2013-O0019)
52.219-6 Total SB Set-aside
52.219-28 Post-Award Small Business Program Rerepresentation
52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil/
52.222-19 Child Labor--Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-50 Combating Trafficking in Persons
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds TransferbSystem for Award Management
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-1 Disputes
52.233-3 Protest after Award
52.233-4 Applicable Law for Breach of Contract Claim
52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form)
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 Alternate A, System for Award Management
252.204-7011 Alternative Line Item Structure
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.204-7015 Disclosure of Information to Litigation Support Contractors
252.211-7003 Item Unique Identification and Valuation
252.225-7002 Qualifying Country Sources as Subcontractors
252.225-7036 Buy AmericanbFree Trade AgreementsbBalance of Payments Program
252.225-7048 Export-Controlled Items
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area WorkFlow Payment Instructions
252.232-7010 Levies on Contract Payments
252.243-7001 Pricing of Contract Modifications
252.244-7000 Subcontracts for Commercial Items
252.247-7023 Transportation of Supplies by Sea
252.247-7024 Notification of Transportation of Supplies by Sea
PP Partial PaymentsQuotes valid through 30 September 2019 are requested.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.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 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://sam.gov/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 contractor shall submit warranty terms and conditions with their submitted quote.New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.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.

Name: Arnold Singleton, Title: 1105/6-Purchasing Agent, Phone: 5862395917, Fax: Air, Email: arnold.h.singleton.civ@mail.mil;

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP