To place a bid or register go to Unison Marketplace

View Details for Buy # 1142060

General Buy Information

Buy #: 1142060  
Solicitation #: N0060423Q4067
Buy Description: Forklift Battery and Battery Chargers
Category: 61 -- Electric Wire, and Power and Distribution Equipment
Sub Category: 6140 -- Batteries, Rechargeable
NAICS: 335910 -- Battery Manufacturing
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: Small Business
Buyer: FLC - Pearl Harbor
End Date: 06/16/2023
End Time: 17:00 ET
Seller Question Deadline: No Seller Question Deadline Set
Delivery: 60 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 Raymond EASIDR25TT Battery 12-125-15-WEE-Custom (36 x 14 x 30.37) EE Rated 1 EA
002 Raymond EASIDR25TT Charger AAES24-850G3BCE 3-Phase, 208/240/480 VAC 1 EA
003 Toyota 8FBCU20 Battery 18-85-25WEE-2 (38.25 x 29.13 x 23.25) EE Rated 1 EA
004 Toyota 8FBCU20 Charger AAES36-975G3BCE 3-Phase, 208/240/480 VAC 1 EA
005 Freight for All items FOB Destination 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 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. Preferred Delivery date of 60 Sixty Days after award but no later than 90 ninety days delivery date.
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 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.)
The Buyer is requiring interested Sellers submit Bids with pricing inclusive of all Line Items.

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.
No partial shipments allowed No partial shipments allowed: No partial shipments are permitted unless specifically authorized at the time of award. Preferred Delivery date of 60 Sixty Days after award but no later than 90 ninety days delivery date
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.
Additional Submission Requirements and Evaluation The basis of award will be low price technically acceptable (LPTA). Offers will be considered Technical acceptable if they include all items requested as well as submission of the attached Far provisions or include a note that their sam.gov registration is current and reflects the current status of the registered entity to be considered eligible for award. FAR 52.212-3 ALT I * Please complete ALT I and return it with your quote. - This form contains the information that is in your SAM registration, please scroll to page 4 section (2). - If no update to your company’s information is needed, please type in “NA”
52.211-6 52.211-6: Brand Name or Equal
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017
52.204-7 System for Award Management OCT 2018
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020
52.204-13 System for Award Management Maintenance OCT 2018
52.204-16 Commercial and Government Entity Code Reporting AUG 2020
52.204-17 Ownership or Control of Offeror AUG 2020
52.204-18 Commercial and Government Entity Code Maintenance AUG 2020
52.204-20 Predecessor of Offeror AUG 2020
52.204-21 Basic Safeguarding of Covered Contractor Information Systems NOV 2021
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities NOV 2021
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021
52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment NOV 2021
52.204-26 Covered Telecommunications Equipment or Services--Representation OCT 2020
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services MAR 2023
52.219-28 Post-Award Small Business Program Rerepresentation OCT 2022
52.222-3 Convict Labor JUNE 2003
52.222-19 Child Labor—Cooperation with Authorities and Remedies DEC 2022
52.222-21 Prohibition of Segregated Facilities APR 2015
52.222-22 Previous Contracts and Compliance Reports FEB 1999
52.222-25 Affirmative Action Compliance APR 1984
52.222-26 Equal Opportunity SEP 2016
52.222-36 Equal Opportunity for Workers with Disabilities JUN 2020
52.222-50 Combating Trafficking in Persons NOV 2021
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving JUN 2020
52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation DEC 2016
52.225-13 Restrictions on Certain Foreign Purchases FEB 2021
52.232-39 Unenforceability of Unauthorized Obligations JUN 2013
52.232-40 Providing Accelerated Payments to Small Business Subcontractors NOV 2021
52.233-3 Protest after Award AUG 1996
52.233-4 Applicable Law for Breach of Contract Claim OCT 2004
52.252-1 Solicitation Provisions Incorporated by Reference FEB 1998
52.252-2 Clauses Incorporated by Reference FEB 1998
52.252-5 Authorized Deviations in Provisions NOV 2020
52.252-6 Authorized Deviations in Clauses NOV 2020
252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011
252.203-7002 Requirement to Inform Employees of Whistleblower Rights DEC 2022
252.203-7005 Representation Relating to Compensation of Former DoD Officials SEP 2022
252.204-7003 Control of Government Personnel Work Product APR 1992
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support JAN 2023
252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation DEC 2019
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation MAY 2021
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2023
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements. MAR 2022
252.211-7003 Item Unique Identification and Valuation JAN 2023
252.223-7008 Prohibition of Hexavalent Chromium JAN 2023
252.225-7000 Buy American--Balance of Payments Program Certificate--Basic NOV 2014
252.225-7001 Buy American and Balance of Payments Program--Basic JAN 2023
252.225-7012 Preference for Certain Domestic Commodities APR 2022
252.225-7055 Representation Regarding Business Operations with the Maduro Regime MAY 2022
252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime JAN 2023
252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) MAY 2020
252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation. (DEVIATION 2020-O0015) MAY 2020
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018
252.232-7006 Wide Area WorkFlow Payment Instructions JAN 2023
252.232-7010 Levies on Contract Payments DEC 2006
252.244-7000 Subcontracts for Commercial Products and Commercial Services JAN 2023
252.246-7003 Notification of Potential Safety Issues JAN 2023
252.247-7023 Transportation of Supplies by Sea--Basic JAN 2023
5352.201-9101 Ombudsman OCT 2019

Shipping Information

City State   Zip Code
Joint Base Pearl Harbor Hickam HI   96860

Seller Attachment(s): Required

Completed FAR 52.204-24 Reps Regarding Certain Telecommunications
Completed FAR 52.212-3 & Alt I
Copy of your quote. Please ensure the Total price in the attachment matches the Final Total Price listed on your Unison bid.

Buy Attachment(s)

No. Document Name   Document Size
001 4_02_2a_Forklift_Battery_Salient_Characteristics.pdf   558 KB
002 4_02_2b_FAR_52_212-3_MAY_2022_and_Alt_I.pdf   391 KB
003 4_02_2c_FAR_52_204-24_-_Reps_Regarding_Certain_Telecommunications_Nov_2021.pdf   154 KB