To place a bid or register go to Unison Marketplace

View Details for Buy # 1132523

General Buy Information

Buy #: 1132523  
Solicitation #: N0060423Q4037
Buy Description: Brand Name or Equal Parts for existing J.D.C.I. Boat Trailers
Category: 25 -- Vehicular Equipment Components
Sub Category: 2590 -- Miscellaneous Vehicular Components
NAICS: 336390 -- Other Motor Vehicle Parts Manufacturing
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: No Set-Aside Restriction
Buyer: FLC - Pearl Harbor
End Date: 03/23/2023
End Time: 16:00 ET
Seller Question Deadline: 3/20/2023 - 12:30 ET
Delivery: 30 Day(s) - Preferred (No. of calendar days after receipt of order (ARO) by which Buyer prefers Seller to deliver)

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)

Item No Description Qty Unit
001 Brand name or equal parts for MC25-100 and/or MC30-140 boat trailers in accordance with Attachment 1-Parts List, Attachment 2-Parts Photos, and Attachment 3-Boat Trailer List. Please include shipping costs to FOB Destination to JBPHH, HI in this Line Item. 1 Group

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 Government intends to select for award the one responsible quote which conforms to the Bidding Requirements and Buy Terms in the auction, proposes a price that is fair and reasonable, and provides the Lowest Priced, Technically Acceptable (LPTA) quote meeting the specifications of the requirement. If the lowest priced quote is not found to be Technically Acceptable, the government will evaluate the next lowest priced quote, and so on. Quotes determined to be incomplete, unreasonable, or unrealistic will not be considered for award.
The Buyer is allowing Sellers to submit bids for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. 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 will evaluate 'equal' items on the basis of information furnished by the Seller or identified in the bid and reasonably available to the Buyer. The Buyer is not responsible for locating or obtaining any information not identified in the Bid.
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, delivery order, or purchase card. If utilizing a purchase card, Buyer will communicate account information to Selected Seller outside of the Marketplace.
There is no Set-Aside restriction for this Buy.
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.)

Buy Terms

Name Description
Equipment Condition Equipment Condition: New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
Partial shipments allowed Partial shipments allowed: Partial shipments are permitted.
Offer period Offer period: Bid MUST be good for 30 calendar days after close of Buy.
FAR Site FAR Site: The full text of the referenced FAR clauses/provisions may be accessed electronically at https://www.acquisition.gov/?q=browsefar
DFARS Site DFARS 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 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.
Evaluation Criteria/Basis of Award Sellers understand that the Marketplace ranks all Bids by price; however, sellers will be evaluated by the Buyer in accordance with the basis established in the solicitation and pursuant to applicable acquisition regulations and/or departmental guidelines. The award decision is the sole discretion of the Buyer.
52.204-7 (OCT 2018) System for Award Management
52.204-13 (OCT 2018) System for Award Management Maintenance
52.204-16 (AUG 2020) Commercial and Government Entity Code Reporting
52.204-18 (AUG 2020) Commercial and Government Entity Code Maintenance
52.204-24 (NOV 2021) Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.212-1 (NOV 2021) Instructions to Offerors—Commercial Products and Commercial Services
52.212-3 (DEC 2022) Offeror Representations and Certifications—Commercial Products and Commercial Services--Alternate I
52.212-4 (DEC 2022) Contract Terms and Conditions—Commercial Products and Commercial Services
52.212-5 (DEC 2022) Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services
52.204-10 (JUN 2020) Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6 (NOV 2021) Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-4 (SEP 2021) Notice of Price Evaluation Preference for HUBZone Small Business Concerns
52.219-28 (SEP 2021) Post-Award Small Business Program Representation
52.222-3 (JUN 2003) Convict Labor
52.222-21 (APR 2015) Prohibition of Segregated Facilities
52.222-26 (SEP 2016) Equal Opportunity
52.222-36 (JUN 2020) Equal Opportunity for Workers with Disabilities
52.222-50 (NOV 2021) Combating Trafficking in Persons
52.223-18 (JUN 2020) Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13 (FEB 2021) Restrictions on Certain Foreign Purchases
52.232-33 (OCT 2018) Payment by Electronic Funds Transfer—System for Award Management
52.222-19 (DEC 2022) Child Labor—Cooperation with Authorities and Remedies
52.223-22 (DEC 2016) Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation
52.232-39 (JUN 2013) Unenforceability of Unauthorized Obligations
52.232-40 (NOV 2021) Providing Accelerated Payments to Small Business Subcontractors
52.252-5 (NOV 2020) Authorized Deviations in Provisions
52.252-6 (NOV 2020) Authorized Deviations in Clauses
252.203-7000 (SEP 2022) Requirements Relating to Compensation of Former DoD Officials
252.203-7002 (DEC 2022) Requirement to Inform Employees of Whistleblower Rights
252.203-7005 (SEP 2022) Representation Relating to Compensation of Former DoD Officials
252.204-7003 (APR 1992) Control of Government Personnel Work Product
252.204-7015 (JAN 2023) Notice of Authorized Disclosure of Information for Litigation Support
252.204-7016 (DEC 2019) Covered Defense Telecommunications Equipment or Services--Representation
252.204-7017 (MAY 2021) Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation
252.204-7018 (JAN 2023) Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.211-7003 (JAN 2023) Item Unique Identification and Valuation
252.225-7000 (NOV 2014) Buy American--Balance of Payments Program Certificate--Basic
252.225-7001 (JAN 2023) Buy American and Balance of Payments Program--Basic
252.225-7048 (JUN 2013) Export-Controlled Items
252.225-7055 (MAY 2022) Representation Regarding Business Operations with the Maduro Regime
252.225-7056 (JAN 2023) Prohibition Regarding Business Operations with the Maduro Regime
252.225-7972 (MAY 2020) Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015)
252.225-7973 (MAY 2020) Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation. (DEVIATION 2020-O0015)
252.232-7003 (DEC 2018) Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 (JAN 2023) Wide Area WorkFlow Payment Instructions
252.232-7010 (DEC 2006) Levies on Contract Payments
252.232-7017 (JAN 2023) Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration
252.239-7098 (APR 2021) Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites--Representation
252.244-7000 (JAN 2023) Subcontracts for Commercial Items
252.247-7023 (JAN 2023) Transportation of Supplies by Sea--Basic

Shipping Information

City State   Zip Code
JBPHH HI   96860

Seller Attachment(s): Required

Please submit completed Attachment 4 and Attachment 5 ONLY IF your Reps & Certs are NOT current in SAM. A detailed price breakdown that matches the total cost submitted through the Unison system (inclusive of the fee) may be requested after the reverse auction has closed. If a price breakdown is requested, failure to provide the price breakdown timely may result in your bid being deemed unresponsive.

Buy Attachment(s)

No. Document Name   Document Size
001 Attachment_3-Boat_Trailer_List.pdf   248 KB
002 Attachment_2-Parts_Photos.pdf   805 KB
003 Attachment_4-52_212-3_Alt_I.pdf   1,251 KB
004 Attachment_5-52_204-24.pdf   460 KB
005 Attachment_1-Parts_List.pdf   455 KB