The RFP Database
New business relationships start here

Equipment disinfecting with Virkon-1% solution


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 W91151-19-Q-JA05 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 561710 with a small business size standard of $11.00M. This requirement is unrestricted 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 2019-08-23 11:30:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be Fort Hood, TX 76544The MICC Fort Hood requires the following items, Brand Name Only (Exact Match), to the following: LI 001: Conduct agricultural cleaning of equipment with Virkon Aquatic Solution 1% disinfectant, at Fort Hood. Contractor shall spray all surfaces of each piece equipment with the prescribed solution and allow 10 minutes in contact with Virkon Aquatic 1% Solution. contractor shall collect all chemical residue and waste water. The contractor shall dispose of the waste water and residue in accordance with U.S. Federal/ TX State/ local laws. The contractor shall provide all necessary Virkon, equipment, fuel, protective gear for their employees, and personnel to complete the required task with in the allotted period of performance. The contractor shall plan to complete one location at the time in the order stablished in the salient Characteristics. The quote shall include all the costs for relocating the equipment from one motor pool to another, transportation, taxes, fuel, and others.
Period of performance: 03SEP2019 to 09SEP2019. The contractor shall be ready to perform on the first day of the POP, and remove the equipment with in 48 hours after contract completion.
Place of performance: Seven motor-pools on Hell on Wheels Drive, Fort Hood, Texas., 1, Job;LI 002: OPTION 1
The Government reserves the option to increase one 10 hours day of additional services after the end of the period of performance of this disinfecting services contract as described in PWS and salient characteristics, 1, job;LI 003: OPTION 2
The Government reserves the option to increase one 10 hours day of additional services after the end of the period of performance and the previous option of this disinfecting services contract as described in PWS and salient characteristics, 1, job;LI 004: OBTION 3
The Government reserves the option to increase one 10 hours day of additional services after the end of the period of performance and the previous options of this disinfecting services contract as described in PWS and salient characteristics, 1, job;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 Fort Hood 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 Fort Hood 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.In responding to this request for quote, you must provide the manufacturer's
name and part numbers AND salient characteristics of the items you are
proposing to sell to the Government. Regardless of the terminology used in
each RFQ ("Brand Name", or "meet minimum stated specifications),
the information describing what you are offering must be physically written
into the seller's bid specification block. Salient characteristics are
defined as "pronounced features of an item that identify it describe its
size and composition, functional intent, and/or operational capabilities or
limits." When researching product capabilities, you must, as a minimum,
respond with feature for feature comparisons in order for your product to be
technically evaluated for sufficiency. Responses such as "bidding exact
match", "as specified", or cutting and pasting the Government's
specification information into the seller's bid specification block are not
acceptable responses. Offerors who respond in any of the three examples
directly above will be eliminated from the competition without consideration
of their offer. If you are bidding the same product as is being requested,
your seller bid specification should indicate: "Bidding on Manufacturer
(Insert Name) and Part Number (Insert Number). If you are bidding on an "or
equal" product, your seller bid specification must state: Bidding on
Manufacturer (Insert Name) and Part Number (Insert Number), containing the
following salient characteristics (insert salient characteristics). If your
response does not contain all of the required information called out in this
notice, your quote will be determined nonresponsive and will not be
considered for award.The apparent awardee shall acknowledge acceptance of any and all re-postings (amendments), in writing, prior to any award resulting from this solicitation.The applicable NAICS code for this procurement is 561710with the related size standard of $11M. The
NAICS code identified herein must appear in FAR 52.212-3 "Offeror
Representations and Certifications" in SAM and the vendor must be actively
registered in that NAICS prior to receipt of quote in order to receive an
award. Offeror are reminded that failure to comply bshall render their quote
as non-responsive.bUnison Marketplace is a mechanism used by this office to solicit for common use
commercial items in accordance with FAR 13.5. Unison Marketplace is NOT a forum for filing protests against the Government. Attempts to file protests through Unison Marketplace will not be considered legitimate as they do not conform to the requirements in the Federal Acquisition Regulation (FAR). It is preferable
that disputes and protests be resolved as quickly as possible at the lowest
level possible before considering the more formal process described below.
The HQ, AMC-Level Protest Program is intended to encourage interested parties to
seek resolution of their concerns within AMC, as an Alternate 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 33.10. If you
want to file a protest under the 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. The address for filing a protest directly with AMC is: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil. Packages sent Federal Express or UPS should be addressed to: HQ Army Material Command
Office of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 Ft Belvoir, VA
22060-5527. The AMC-Level Protest procedures are found at:
http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not
available, contact the HQ, AMC to obtain the AMC-Level Protest procedures.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 52.212-2, Evaluation- Commercial Items; 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/.The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation; e.g., if a line item on the contract reads - Computer, 10 each, the contractor shall NOT ship 3 computers on one shipment and 7 computers on a second shipment. Failure to adhere to this requirement will result in invoices being rejected in WAWF and/or a delay in payment for non-conforming shipped quantities.Company must be registered on System for Award Management
(SAM) prior to receipt of quote in order to receive an award. Offeror are
reminded that failure to comply bshall render their quote as
non-responsive.b If company is not registered in SAM, they may do so by
going to SAM web site at www.sam.gov.Proposed responders must submit any questions concerning this solicitation before TUESDAY 20 August 2019, 4 p.m. Texas Central Time, to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered.The contractor shall respond by describing the equipment and materials to be utilized in order to comply with the Job with in the timeline required.FOB Destination CONUS (CONtinental U.S.)
PLACE OF PERFORMANCE
MOTOR POOL#1
38016 Hell on Wheels Drive, Fort Hood, TX.
Tracks: 71 Wheeled: 142 Container: 44 Flat racks: 35
TOT AL NUMBER OF EQUIPMENT: 292
MOTOR POOL#2
38025 Hell on Wheels Drive, Fort Hood, TX.
Tracks: 77 Wheeled: 142 Container: 62 Flat racks: 3 I
TOTAL NUMBER OF EQUIPMENT: 312
MOTOR POOL#3
38020 Hell on Wheels Drive, Fort Hood, TX.
Tracks: 12 Wheeled: 245 Container: 120 Flat racks: 176
TOTAL NUMBER OF EQUIPMENT: 553
MOTOR POOL#4
38047 Hell on Wheels Drive, Fort Hood, TX.
Tracks: 53 Wheeled: 4 I 4 Container: 155 Flat racks: 33
TOTAL NUMBER OF EQUIPMENT: 655
MOTOR POOL #5
Wheels Drive, Fort Hood, TX.
Tracks: 93 Wheeled: 143 Container: 48 Flat racks: I 4
TOTAL NUMBER OF EQUIPMENT: 298
MOTOR POOL #6
Hell on Wheels Drive, Fort Hood, TX.
Tracks: 68 Wheeled: 205 Container: 63 Flat racks: 75
TOTAL NUMBER OF EQUIPMENT: 411
MOTOR POOL #7
38001 Hell on Wheels Drive, Fort Hood, TX.
Tracks: 76 Wheeled: 134 Container: 64 Flat racks: 39
TOTAL NUMBER OF EQUIPMENT: 313Bid MUST be good for 90 days, after submission. No partial bids will be accepted.852.237-70 Contractor responsibilities.
The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Texas. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from.852.237-7 Indemnification and medical liability insurance.All interested contractors are invited to participate in the walk true on Tuesday 19AUG2019, at 0900. Please meet the SSG Astudillo at the following location:
38016 Hell on Wheels Drive, Fort Hood, Texas, 76544
There will not be any make-up dates for this walk true.Lowest price technically acceptable. Please see attachment for details.

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