To place a bid or register go to Unison Marketplace

View Details for Buy # 1139566

View Other Versions: 1139566_01  1139566_02  1139566_03 

General Buy Information

Buy #: 1139566  
Solicitation #: W50S92-23-Q-9006
Buy Description: 193 SOLRS Dock Locks
Category: 53 -- Hardware and Abrasives
Sub Category: 5340 -- Hardware, Commercial
NAICS: 236220 -- Commercial and Institutional Building Construction
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: Small Business
Buyer: USPFO PA 193 MSC W50S92
End Date: 06/02/2023
End Time: 16:30 ET
Seller Question Deadline: 5/24/2023 - 12:00 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 Dock Locks and associated equipment IAW with the attached Statement of Work. 3 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.)

Buy Terms

Name Description
Evaluation Criteria/Basis of Award Sellers understand that the Marketplace ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance.
Wide Area Workflow In accordance with DFARS 252.232-7003, "Electronic Submission of Payment Requests and Receiving Reports", the contractor shall submit their payment request electronically using the WAWF. The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM) site at https://sam.gov/SAM/ within ten (10) calendar days after award of this contract. Contractor training is available at the website home page under "about WAWF". Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095;Fax commercial: 801-605-7453 or CSCASSIG@CSD,DISA.MIL.
DFARS Clauses The following Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses apply to this solicitation: 252.203-7005 Representation Relating to Compensation of Former DOD officials 252.204-7004, Alternate A 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Applicable to Defense Acquisitions of Commercial Items (Deviation) 252.204-7011 Alternative Line Item Structure 252.217-7019 ALT I, Sanitary Conditions-Alternate I 252.217-7022, Code Dating 252.217-7023, Marking 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.232-7003, Electronic Submission of Payment Requests 252.225-7000 Buy American Statute-Balance of Payments Program Certificate 252.243-7002, Requests for Equitable Adjustment 252.246-7000, Material Inspection and Receiving Report
FAR Clauses The following FAR Provisions and Clauses apply to this acquisition: 52.203-3, Gratuities 52.203-6 ALT I, Restrictions of Subcontractor Sales to the Government 52.204-4, Printed or Copied-Double Sided on Recycled Paper 52.204-7, Central Contractor Registration 52.204-9, Personal Identity Verification of Contractor Personnel 52.211-6 Brand Name or Equal 52.211-16, Variation in Quantity (25% Increase/25% Decrease) 52.212-1, Instructions to Offerors-Commercial Items 52.212-2, Evaluation-Commercial Items (Evaluation factors being price and past performance with each being equally considered in the evaluation process) 52.212-3 ALT I, Offeror Representation and Certifications-Commercial Items Alternate I 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration 52.233-2, Service of Protest 52.232-18 Availability of Funds 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.247-34, F.O.B. Destination 52.252-1, Solicitation Provisions Incorporated By Reference 52.252-2, Clauses Incorporated By Reference 52.252-6, Authorized Deviations in Clauses
FAR Clause 52.212-3 A copy of FAR Clause 52.212-3 with Alt I, Contractor Representations and Certifications - Commercial Items, must be completed and submitted with quotation. A copy is available at http://www.arnet.gov.far/. By submission of a quote, offeror acknowledges the requirement that a prospective awardee must be registered in SAM prior to award, during performance, and through final payment of any contract resulting from this RFQ.
Offer Expiration Quotes valid through 30 September 2023 are requested.
Warranty The contractor shall submit warranty terms and conditions with their submitted quote.
Unfunded Disclosure Funds are not presently available for this contract. Currently, the Government anticipates funds will become available prior to but no later than 30 September 2022.
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Service Vendors must follow FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or E Vendors must follow FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.

Shipping Information

City State   Zip Code
Middletown PA   17057

Seller Attachment(s): Optional

The attachment(s) could include the following non-pricing information: Please provide a PDF copy of quote with pricing and capabilities.

Buy Attachment(s)

No. Document Name   Document Size
001 Solicitation-_SF_1449.pdf   748 KB
002 Salient_Characteristics_SOW.pdf   763 KB