To place a bid or register go to Unison Marketplace

View Details for Buy # 1099819

General Buy Information

Buy #: 1099819  
Solicitation #: W911WN22Q3779
Buy Description: OPTION - Hydro-pneumatic water tank rental Conemaugh
Category: 81 -- Containers, Packaging, and Packing Supplies
Sub Category: 8145 -- Specialized Shipping and Storage Containers
NAICS: 332420 -- Metal Tank (Heavy Gauge) Manufacturing
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: Small Business
Buyer: USACE - Pittsburgh
End Date: 05/16/2022
End Time: 11:30 ET
Seller Question Deadline: 5/12/2022 - 11:00 ET
Delivery: Period of Performance - See below

Line Item(s) Template - Optional

You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information.

Line Item(s) Base

Base Period of Performance: 05/23/2022 - 05/22/2023
Item No Description Qty Unit
001 Continued rental of a temporary hydro-pneumatic potable water tank capable of providing a minimum storage capacity of 2,950 gallons at a minimum pressure of 40 psi. See rental specifications document. Rental shall be from 7 days after award for 365 days 1 EA

Line Item(s) Option 1

Option 1 Period of Performance: 05/23/2023 - 05/22/2024
Item No Description Qty Unit
001 Continued rental of a temporary hydro-pneumatic potable water tank capable of providing a minimum storage capacity of 2,950 gallons at a minimum pressure of 40 psi. See rental specifications document. Rental shall be from 7 days after award for 365 days 1 EA

Line Item(s) Option 2

Option 2 Period of Performance: 05/23/2024 - 05/22/2025
Item No Description Qty Unit
001 Continued rental of a temporary hydro-pneumatic potable water tank capable of providing a minimum storage capacity of 2,950 gallons at a minimum pressure of 40 psi. See rental specifications document. Rental shall be from 7 days after award for 365 days 1 EA

Line Item(s) Option 3

Option 3 Period of Performance: 05/23/2025 - 05/22/2026
Item No Description Qty Unit
001 Continued rental of a temporary hydro-pneumatic potable water tank capable of providing a minimum storage capacity of 2,950 gallons at a minimum pressure of 40 psi. See rental specifications document. Rental shall be from 7 days after award for 365 days 1 EA

Line Item(s) Option 4

Option 4 Period of Performance: 05/23/2026 - 05/22/2027
Item No Description Qty Unit
001 Continued rental of a temporary hydro-pneumatic potable water tank capable of providing a minimum storage capacity of 2,950 gallons at a minimum pressure of 40 psi. See rental specifications document. Rental shall be from 7 days after award for 365 days 1 EA

Bidding Requirements

Instructions
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
The Buyer is allowing Sellers to submit bids that either meet or exceed the requested specification. Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered.
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
Buyer intends to issue award using a purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award.
This solicitation is a Small Business Set-Aside and only qualified Sellers can bid.
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.
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)
Base05/23/2022 - 05/22/2023
Option 105/23/2023 - 05/22/2024
Option 205/23/2024 - 05/22/2025
Option 305/23/2025 - 05/22/2026
Option 405/23/2026 - 05/22/2027

Buy Terms

Name Description
Equipment Condition New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
Quote Submitted Quotes will be valid for 45 days after the auction closing.
Shipping Condition 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.
Commercial Items Terms and Conditions 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 52.212-3, 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/.
Clauses and Provisions 52.203-12 Limitation on Payments to Influence Certain Federal Transactions,; 52.204-7, System for Award Management; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards,; 52.204-13, System for Award Management Maintenance; 52.204-16 Commercial and Government Entity Code Reporting,; 52.204-18 Commercial and Government Entity Code Maintenance,; 52.204-21 Basic Safeguarding of Covered Contractor Information Systems,; 52.204-22 Alternative Line Item Proposal,; 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment,; 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment,; 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors--Commercial Items; 52.212-3, Alternate I, Offeror Representations and Certifications--Commercial Items; 52.212-4, Contract Terms and Conditions--Commercial Items;52.217-5 Evaluation Of Options,; 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999),; 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000),; 52.219-6 Notice of Total Small Business Set-Aside,; 52.219-28 Post-Award Small Business Program Representation,; 52.222-3 Convict Labor,; 52.222-19 CHILD LABOR—COOPERATION WITH AUTHORITIES AND REMEDIES (DEVIATION 2020-O0019) (JAN 2022),; 52.222-35 Equal Opportunity for Veterans,; 52.222-36 Equal Opportunity for Workers with Disabilities,; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management,; 52.222-50, Combating Trafficking in Persons; 52.223-10, Waste Reduction Program,; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving,; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 52.252-1, Solicitation Provisions Incorporated by Reference; DFARS,; 52.252-2 Clauses Incorporated by Reference,; 52.252-5 Authorized Deviations in Provisions,; 52.252-6 Authorized Deviations in Clauses,; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7004 Antiterrorism Awareness Training for Contractors; 252.204-7015, Disclosure Information to Litigation Support Contractors; 252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation,; 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation,; 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services,; 252.211-7003, Item Unique Identification and Valuation; 252.223-7008, Prohibition of Hexavalent Chromium; 252.225-7001, Buy American and Balance of Payments Program; 252.225-7972 PROHIBITION ON THE PROCUREMENT OF FOREIGN-MADE UNMANNED AIRCRAFT SYSTEMS (MAY 2020) (DEVIATION 2020-O0015) ,; 252.225-7973 PROHIBITION ON THE PROCUREMENT OF FOREIGN-MADE UNMANNED AIRCRAFT SYSTEMS - REPRESENTATION (MAY 2020) (DEVIATION 2020-O0015).; 252.225-7974 REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (DEVIATION 2020-O0005) (FEB 2020),; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010, Levies on Contract Payments,; 252.232-7017 Accelerating Payments to Small Business Subcontractors—Prohibition on Fees and Consideration,; 252.244-7000, Subcontracts for Commercial Items; 252.246-7003, Notification of Potential Safety Issues; 252.247-7023 Transportation of Supplies by Sea. 52.217-8. The contractor is hereby notified that the use of the options under this clause will be exercised at the terms and conditions and rates in place at the time the 52.217-8 options are exercised. The exercise may be used multiple times at one month increments or more up to 6 months maximum and will be prorated against the annual price. For example the "-8 options" could be exercised at the end of the base period rather than exercising the normal "-9 annual option" and the rates and terms and conditions for the -8 would be those in place in the base contract.
NAICS and Size Standard The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 with a small business size standard of 750 employees.
Authorized Dealer The contractor must be an authorized dealer of the specified equipment to ensure warranty and maintenance support.
No Multiple Awards No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an all-or-nothing basis
Request for Quote This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).
FARSite FAR and DFARS provisions and clauses are current to the most recent dates posted on https://url.serverdata.net/?a5NlIIoNu6x4W82Y6AmlWmYolU-WW5RkCTYJeq9Fo9w2mdHpJz0y6p5BbIBC5d1UrKNYCWIpteyGn3YH2_vwkH7HbgfFwGhWWQrd0Dzi-6u_XBNforaAdDNqqOjs4oy8b.
Additional Discounts The Contracting Officer requests all available additional discounts, IAW FAR 8.405-4
Basis of Award FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price.

Shipping Information

City State   Zip Code
 

Seller Attachment(s): Optional

The attachment(s) could include the following non-pricing information:

Buy Attachment(s)

No. Document Name   Document Size
001 Conemaugh_Temporary_Water_Tank_Rental_Specs.pdf   1,706 KB
002 Attachment_-_LRP_Security_Information_Sheet.xlsx   13 KB
003 Attachment_-_Conemaugh_tank_site_layout.pdf   569 KB