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 N0060419Q4047 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 2019-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 321113 with a small business size standard of 500.00 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 will end on 2019-05-28 13:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be JBPHH, HI 96853The FLC - Pearl Harbor requires the following items, Meet or Exceed, to the following: LI 001: GDF #2 Premium S4S heat treated 2 inches x 12 inches x 16 feet, 100, EA;LI 002: GDF #2 Premium S4S heat treated 2 inches x 8 inches x 16 feet, 100, EA;LI 003: GDF #2 Premium S4S heat treated 2 inches x 6 inches x 16 feet, 100, EA;LI 004: GDF SEL S4S heat treated 1 inch x 4 inches x 16 feet, 200, EA;LI 005: GDF #1 S4S FOHC FOW heat treated 4 inches x 4 inches x 16 feet, 100, EA;LI 006: GDF #2 Premium S4S heat treated 2 inches x 4 inches x 16 feet, 100, EA;LI 007: GDF SEL S4S heat treated 1 inch x 6 inches x 16 feet, 100, EA;LI 008: ACX DRICON TREATED 1/4 inch x 4 feet x 8 feet, 100, EA;LI 009: ACX DRICON TREATED 3/4 inch x 4 feet x 8 feet, 100, EA;LI 010: SHIPPING, HANDLING, AND FREIGHT, 1, GP;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 - Pearl Harbor 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 - Pearl Harbor 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.Delivery terms are FOB Destination to Joint Base Pearl Harbor, HI 96853.
The final contract award will be based on the Lowest Priced Technically Acceptable (LPTA) responsible bid.Equipment Condition: New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.Offer period: Bid MUST be good for 30 calendar days after close of Buy.FAR Site: The full text of the referenced FAR clauses/provisions may be accessed electronically at https://www.acquisition.gov/?q=browsefarDFARS Site: The full text of the referenced DFARS clauses/provisions may be accessed electronically at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/SAM Registration: All offerors are required to have an active registration in System for Award Management (SAM) to respond to federal solicitations. To register in SAM, please go to https://www.sam.gov/. Any active or inactive exclusions in SAM may preclude an award being made to your company.52.203-19: Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements52.204-7: System for Award Management52.204-10: Reporting Executive Compensation and First-Tier Subcontract Awards52.204-13: SAM Maintenance52.204-16: Commercial and Government Entity Code Reporting52.204-18: Commercial and Government Entity Code Maintenance52.204-23: Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities52.209-6: Protecting the Governmentbs Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment52.209-10: Prohibition on Contracting with Inverted Domestic Corporations52.212-1: Instructions to Offerors -- Commercial Items (DEVIATION 2018-O0018)52.212-3 & Alt I: Offeror Representations and Certifications -- Commercial Items52.212-4: Contract Terms and Conditions--Commercial Items52.212-5: Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items52.219-6: Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003)52.219-28: Post Award Small Business Program Rerepresentation52.222-3: Convict Labor52.222-19: Child Labor--Cooperation with Authorities and Remedies52.222-21: Prohibition of Segregated Facilities52.222-26: Equal Opportunity52.222-36: Equal Opportunity for Workers With Disabilities52.222-50: Combating Trafficking in Persons52.223-18: Encouraging Contractor Policies to Ban Text Messaging while Driving52.225-13: Restriction on Certain Foreign Purchases52.232-33: Payment by Electronic Funds Transfer - SAM52.232-40: Providing Accelerated Payments to Small Business Subcontractors252.203-7000: Requirements Relating to Compensation of Former DOD Officials252.203-7005: Representation Relating to Compensation of Former DoD Officials252.204-7015: Disclosure of Information to Litigation Support Contractors252.223-7008: Prohibition of Hexavalent Chromium252.225-7001: Buy American Act & Balance of Payments Program252.232-7003: Electronic Submission of Payment Requests and Receiving Reports252.232-7006: Wide Area Workflow Payment Instructions252.232-7010: Levies on Contract Payments252.244-7000: Subcontracts for Commercial Items252.247-7023: Transportation of Supplies by Sea
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com;