The RFP Database
New business relationships start here

Breaching Range Maintenance Deliverables


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 75thSPS18JULY 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 2019-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 238990 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 will end on 2019-07-26 12:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be in the Special Shipping Instructions.The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: Pre-Hung Doors (128 Doors will be Heavy Wood Doors and 132 Doors
will be Metal Doors). Doors will include Handle
for closing mechanism. See Buy attachment 001 for further clarification. 100 Doors (64 heavy wood, 66 metal) Will be delivered by 21 October 2019 and 100 doors (64 heavy wood, 66
metal) will be delivered by 2 December 2019 to Booker Range on Fort Benning, GA. The extra doors will be stored at the range., 260, EA;LI 002: Range System Door Inserts. Please see Buy attachment 002 for
further clarification. 150 Range Door Inserts Will be delivered on 21 October 2019 and 150 Range Door inserts will be delivered on 2 December 2019 to Booker Range on Fort Benning, GA., 300, EA;LI 003: Deliver custom steel doors by 21 October 2019 to Booker Range on
Fort Benning, GA. Please see attachment 003 for further clarification. Inner solid metal door (36.25b x 81b): the steel shall be no more than an 1/8 of an inch thick with three heavy hinges on the left side. Two steel slider bars (bDog
Legsb) will be mounted vertically on the top and bottom of the right side of the door. These slider bars will slide in order to keep the door in the steel frame. Outer steel bar framed door (36.25b x 81): constructed with welded metal panels covering the bottom B> of the door. Three heavy hinges will be welded to the frame on the left outside of the door. Three steel slider bars (bDog Legsb) will be mounted horizontally on the top, middle, and bottom of the right side of the door. These slider bars will slide in order to keep the door in the steel frame. The door frame itself (41 5/8b x 81b): constructed of welded steel that houses the inner and outer doors. The door mounts to door hanger frame with lag bolts drilled into 4x4 lumber. The Buyer can provide specific guidance., 4, EA;LI 004: The contractor shall install the doors at Booker range on Fort Benning, GA on 21 October 2019, 28 October 2019, 2 December 2019 and 9 December 2019. The contractor will be required to hang 60 Doors on 21 October 2019 and 2 December 2019. The Contractor will hang 40 Doors on 28 October 2019 and 9 December 2019. All rehabilitation and door hanging will
occur at Booker Range on Fort Benning, GA. The Contractor will provide all supplies, materials, tools, equipment and personnel required to hang the doors on the assigned dates. The
doors will be hung in the existing door frames on the range. This installation will occur only on the assigned dates. Power is not available at the range so Generators may be required., 1, EA;LI 005: Materials required to install pre-hung doors to include 200(2x4 pieces of wood), 2x buckets of 3 inch screws and 50x6 inch lag bolts., 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 End User 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 End User 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 offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal.The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions b Commercial Items. 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, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea.IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management MaintenanceShipping is FOB Destination CONUS (CONtinental U.S.).New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.Submitted Quotes will be valid for 45 days after the auction closing.This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).).IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site.The associated North American Industrial Classification System (NAICS) code
for this procurement can be found. The small business size
standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf"AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command
Office of Command Counsel
4400 Martin Road
Rm: A6SE040.001
Redstone Arsenal, AL 35898-5000
Fax: (256) 450-8840
Packages sent by FedEx or UPS should be addressed to:
Headquarters U.S. Army Materiel Command
Office of Command Counsel
4400 Martin Road
Rm: A6SE040.001
Redstone Arsenal, AL 35898-5000
Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp.
If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures.""52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10,
Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government
Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006,
Prohibition On Storage And Disposal Of Toxic And Hazardous Materials;
252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material
inspection and receiving report"Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.Wide Area WorkFlow Payment Instructions252.204-7012 Safeguarding of Unclassified Controlled Technical InformationAll deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E.This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is more important than price.No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an Ball-or-nothingB basis.Wide Area WorkFlow Payment InstructionsPlease address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@mail.mil or call 315-772-5582.

Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com;

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP