To place a bid or register go to Unison Marketplace

View Details for Buy # 1161290_01

View Other Versions: 1161290 

General Buy Information

Buy #: 1161290_01  
Solicitation #: W911RX-24-Q-0014
Buy Description: Tent Setup Service and Equipment
Category: W -- Lease or Rental of Equipment
Sub Category: W036 -- LEASE OR RENTAL OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY
NAICS: 532490 -- Other Commercial and Industrial Machinery and Equipment Rental and Leasing
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: Small Business
Buyer: MICC Fort Riley
End Date: 12/14/2023
End Time: 11:00 ET
Seller Question Deadline: No Seller Question Deadline Set
Delivery: Special Delivery Instructions - See Line Item Description
Repost Reason: TO add answered questions in attachment
Please Note: Repost Reason is provided as a courtesy only. Sellers are responsible for reviewing and complying with all Buy Specifications regardless of Repost Reason.

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 Tents Contractors shall unpack, setup, teardown and repack eight (8) government provided tents IAW the PWS POP: 26 February 2024 - 23 March 2024 1 Job
002 Generators Contract shall provide sufficient power generators to power HVAC and power distribution box IAW the PWS. POP: 26 February 2024 - 23 March 2024 1 Job
003 Light Tower Sets Contractor shall deliver eight (8) diesel generators with lights IAW the PWS. POP: 26 February 2024 - 23 March 2024 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, delivery order, or purchase card. If utilizing a purchase card, Buyer will communicate account information to Selected Seller outside of the Marketplace.
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 has provided special instructions for delivery – See Line Item Description.
The Buyer is requiring interested Sellers submit Bids with pricing inclusive of all Line Items.

Buy Terms

Name Description
Fort Riley Competition Terms and Contract Type-Attention Offerors All of Fort Riley's buy terms apply to this solicitation. The following Combined Synopsis/Solicitation is a Request for Quote (RFQ)competed IAW FAR PART 13, Simplified Acquisition Procedures; FAR PART 12, Commercial Items. Quotes failing to met all the terms and conditions of this solicitation; to include buy terms, line item descriptions, and attachments, may not be evaluated for award. One (1) firm-fixed price (FFP) contract will be awarded as a result of this solicitation. Any reference to the term "BID" in this solicitation is used synonymously with the word "QUOTE". Please see FAR 13.004-Legal effect of quotations.
Set-Aside Requirement Far Clause 52.219-6 and 52.219-6 Alternate 1 Notice of total Small Business Set Aside Alternate 1 is applicable when the SBA waived the non-manufacturer rule. See current Class Waivers at http://www.sba.gov/content/class-waivers.
Questions/Clarifications Deadline Interested Offerors should submit any questions concerning the solicitation at the earliest time possible to enable the Government to respond. Questions shall be submitted by using the 'Submit a Question' button. Questions not received prior to the close of this solicitation may not be considered.
System for Award Management (SAM) Requirement IAW 52.212-1(k): Unless exempted by an addendum to this solicitation, by submission of an offer, the Offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database before the close of the solicitation, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. Registration information can be found at www.sam.gov.
NAICS Code and Size Standard The applicable NAICS code for this procurement is 532490 with the related size standard of $40M employees (or dollars). The Offeror shall be actively registered with that NAICS or a similar NAICS with the appropriate size standard prior to Award to be considered for any resulting contract. Failure to be properly registered under the appropriate size standard during evaluation and/or at the time of award deems the offer ineligible for award. A similar NAICS Code with the appropriate size standard other than the NAICS Code identified in this buy term may be used as a factor to determine technical capability. (Size standards do not apply to unrestricted set-aside solicitation/RFQ).
Electronic Submission of Payments 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 Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors shall 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) at https://www.sam.gov. 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.
Evaluation for Award - LPT/Trade-Off The Government will award a firm fixed price contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, lowest price technically acceptable price are considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable.
Technical Evaluation of Quotes (Meet or Exceed) 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. Offeror may submit quotes for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. Alternate items will be evaluated against all listed required specifications provided by the Government. Offeror shall enter exactly what they are offering (including make, model and description) into the blank description field in order for the quote to be considered. The Government will evaluate items on the basis of information furnished by the Offeror or identified in the quote and reasonably available to the Government. The Government is not responsible for locating or obtaining any information not identified in the quote. Offeror shall present a line by line comparison of alternative products using manufacturer name, model/part number, and salient physical, functional, or performance characteristics specified by this solicitation. Offerors shall, at a minimum, respond with a feature to feature comparison in order for a product to be technically evaluated for technical sufficiency. Responses such as "bidding exact match" or "as specified" may be deemed technically unacceptable
Shipping Condition Far Clause 52.247-34 Free on Board (FOB) destination applies. Shipping shall be FOB destination CONUS (Continental U.S.), which means that the Offeror shall deliver the goods on its conveyance at the destination specified by the Government, and the Offeror is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination
Delivery/Installation Requirement Delivery shall be made within the specified number of days after receipt of order (ARO). The Offeror shall provide within its offer the number of days required to make delivery after it receives a contract from the Government. The Contractor shall NOT make partial line item shipments against any resulting contract issued as a result of this solicitation unless otherwise specified within the quote submitted.
Provision and Clauses - Below Simplified Acquisition Threshold (SAT) (Supply-Period of Performance) The Federal Acquisition Regulation (FAR) and Department of Defense Federal Acquisition Regulations (DFARS) are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. Provisions: 52.204-7, 52.207-2, 52.212-1, 52.212-3,52.222-22, 52.209-2, 52.223-18, 252.203-7005, 252.206-7000 Clauses: 52.204-9, 52.204-10, 52.204-13, 52.209-10, 52.212-4, 52.212-5, 52.217-6, 52.217-8, 52.217-9, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-50, 52.222-51, 52.223-18, 52.225-13, 52.252-2, 52.252-6, 52.232-19, 52.232-23, 52.232-39, 52.233-3, 52.237-2, 52.237-3, 252.201-7000, 252.203-7000, 252.203-7002, 252.204-7000(when applicable), 252.204-7003, 252.204-7004 Alt A, 252.223-7008, 252.225-7001, 252.225-7002, 252.232-7003, 252.232-7006, 252.243-7001, 252.244-7000, 252.225-7036 (Alternate I: ($25,000 to $49,999),Alternate II,($50,000 to $79,506), Alternate III:($79,507 to $100,000)) Solicitations and Contracts valued at $15,000 or above: 52.222-36 Solicitations and Contracts valued at $30,000 or above: 52.209-6 Solicitations and Contracts valued at $100,000 or above: 52.222-35 and 52.222-37, When applicable: FAR Clause 52.223: 15-Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). DFARS Clause 252.204-7000: Disclosure of Information (August 2013)
Filing a Protest FedBid is NOT a forum for filing protests against the Government. Attempts to file protests through FedBid will not be considered legitimate as they do not conform to the requirements in the Federal Acquisition Regulation (FAR). It is preferable that protests be resolved as quickly as possible at the lowest level possible before considering the more formal process described below. To be timely, protests shall be filed within the periods specified in FAR 33.10. 1) All agency-level protests should be sent to the Contracting Officer for resolution. 2) 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. 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 No protest under FAR Subpart 33.1 is authorized in connection with the issuance or proposed issuance of an order under a task-order contract or delivery-order contract, except for: (1) A protest on the grounds that the order increases the scope, period, or maximum value of the contract; or (2) A protest of an order valued in excess of $10M. Protests of orders in excess of $10M may only be filed with the Government Accountability Office (GAO) in accordance with the procedures at 33.104. The authority to protest the placement of an order under (a)(10)(i)(B) of this section expires on September 30, 2016, for agencies other than DoD, NASA, and the Coast Guard (41 U.S.C. 4103(d) and 41 U.S.C. 4106(f)). The authority to protest the placement of an order under (a) (10)(i)(B) of this section does not expire for DoD, NASA, and the Coast Guard. AFARS 5116.5(b) (c) Each HCA shall designate a task and delivery order ombudsman for the contracting activity. The ombudsman shall be a senior official, who is independent of the Contracting Officer and may be the Special Competition Advocate. The ombudsman shall be responsible for reviewing complaints from the contractors under multiple award task or delivery order contracts and ensuring that all the contractors are afforded a fair opportunity to be considered, consistent with the procedures in the contract. Summarize: the ombudsman will only determine if the government gave fair opportunity to a vendor who files a complaint. [AFARS Revision #25, Item XIII, dated April 1, 2010]
Instructions to Offerors - Commercial Items IAW 52.212-1(g Contract award (not applicable to Invitation for Bids) The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
Contracting Officer Contact Information Please contact the following for any concerns regarding the solicitation and/or award of this requirement: SFC Jared Casey Contracting Officer MICC - Email: jared.b.casey.mil@army.mil
Request for Debrief Under FAR Part 12 Streamlined Procedures for Commercial Acquisitions, a debrief is not required. The Government will not offer a debrief for this requirement.
FAR Part 52.212-1(f) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and may not be considered IAW with 52.212-1(f). At any time during and/or closing of the solicitation, all clarifications, discussions, or changes (as applicable) will be conducted ONLY by the Contracting Officer, MICC Fort Riley, Kansas. Any correspondence (electronic or verbal) presented to the vendor marketplace during the solicitation period by the FEDBID Staff, to include Quality Assurance, will be rejected by the Contracting Officer. No FEBBID correspondence will be accepted by MICC Fort Riley without prior coordination and approval from the Contracting Officer.
Equipment Condition New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
Individual Pricing Instructions Vendors will submit pricing only on line items that they want to be considered for award. All line items that the vendor will not provide must include a description indicating that they are not providing pricing (i.e., n/a, not providing line item, no pricing, no bid). Additionally, all line items that will not be provided must use the “Included in line item” feature to allow a no bid on that line item. Please bid on the entire amount requested in the line item description.
Offer Period Quote MUST be good for 60 calendar days after close of Buy.
Delivery Requirement See Statement of Work for details.
Evaluation Criteria/Basis of Award The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. In accordance with 52.212-1(b)(4), the award will be made to the lowest priced quote that is compliant with the item requirements in the solicitation, including the subcontracting evaluation factor.
Definition for "Question Submission" As identified in Question Submission, "questions not received in a reasonable time prior to close of the solicitation may not be considered" are defined FOR THIS SOLICITATION as: THE CUTOFF TIME FOR RECEIPT OF QUESTIONS REGARDING THIS SOLICITATION IS W911RX-24-Q-0014. ALL QUESTIONS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. All questions submitted within the allotted time will be answered within 24 hours.
252.204-7024 Notice on the Use of the Supplier Performance Risk System. As prescribed in 204.7604, use the following provision . NOTICE ON THE USE OF THE SUPPLIER PERFORMANCE RISK SYSTEM (MAR 2023) (a) Definitions. As used in this provision— “Item risk” means the probability that a product, based on intended use, will introduce performance risk resulting in safety issues, mission degradation, or monetary loss. “Price risk” means a measure of whether a proposed price for a product or service is consistent with historical prices paid for that item or service. “Supplier risk” means the probability that an award may subject the procurement to the risk of unsuccessful performance or to supply chain risk (see Defense Federal Acquisition Regulation Supplement 239.7301). (b) The Supplier Performance Risk System (SPRS), available at https://piee.eb.mil/, will be used in the evaluation of the Quoter or Offeror’s performance. SPRS retrieves item, price, quality, delivery, and contractor information on contracts from Government reporting systems in order to develop risk assessments. (c) The Contracting Officer will consider SPRS risk assessments during the evaluation of quotations or offers received in response to this solicitation as follows: (1) Item risk will be considered to determine whether the procurement represents a high performance risk to the Government. (2) Price risk will be considered in determining if a proposed price is consistent with historical prices paid for a product or a service or otherwise creates a risk to the Government. (3) Supplier risk, including but not limited to quality and delivery, will be considered to assess the risk of unsuccessful performance and supply chain risk. (d) SPRS risk assessments are generated daily. Quoters or Offerors are able to access their risk assessments by following the access instructions in the SPRS user's guide available at https://www.sprs.csd.disa.mil/reference.htm. Quoters and Offerors are granted access to SPRS for their own risk assessment classifications only. SPRS reporting procedures and risk assessment methodology are detailed in the SPRS user's guide. The method to challenge a rating generated by SPRS is also provided in the user's guide. SPRS evaluation criteria are available at https://www.sprs.csd.disa.mil/pdf/SPRS_DataEvaluationCriteria.pdf. (e) The Contracting Officer may consider any other available and relevant information when evaluating a quotation or an offer. (End of provision
52.204-27 Prohibition on a ByteDance Covered Application. As prescribed in 4.2203 , insert the following clause: Prohibition on a ByteDance Covered Application (Jun 2023) (a) Definitions. As used in this clause— Covered application means the social networking service TikTok or any successor application or service developed or provided by ByteDance Limited or an entity owned by ByteDance Limited. Information technology, as defined in 40 U.S.C. 11101(6)— (1) Means any equipment or interconnected system or subsystem of equipment, used in the automatic acquisition, storage, analysis, evaluation, manipulation, management, movement, control, display, switching, interchange, transmission, or reception of data or information by the executive agency, if the equipment is used by the executive agency directly or is used by a contractor under a contract with the executive agency that requires the use— (i) Of that equipment; or (ii) Of that equipment to a significant extent in the performance of a service or the furnishing of a product; (2) Includes computers, ancillary equipment (including imaging peripherals, input, output, and storage devices necessary for security and surveillance), peripheral equipment designed to be controlled by the central processing unit of a computer, software, firmware and similar procedures, services (including support services), and related resources; but (3) Does not include any equipment acquired by a Federal contractor incidental to a Federal contract. (b) Prohibition. Section 102 of Division R of the Consolidated Appropriations Act, 2023 (Pub. L. 117-328), the No TikTok on Government Devices Act, and its implementing guidance under Office of Management and Budget (OMB) Memorandum M-23-13, dated February 27, 2023, “No TikTok on Government Devices” Implementation Guidance, collectively prohibit the presence or use of a covered application on executive agency information technology, including certain equipment used by Federal contractors. The Contractor is prohibited from having or using a covered application on any information technology owned or managed by the Government, or on any information technology used or provided by the Contractor under this contract, including equipment provided by the Contractor’s employees; however, this prohibition does not apply if the Contracting Officer provides written notification to the Contractor that an exception has been granted in accordance with OMB Memorandum M-23-13. (c) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (c), in all subcontracts, including subcontracts for the acquisition of commercial products or commercial services. (End of clause
ORCA SAM Sellers must present their representations and certifications, upon request, through the Online Representatives and Certifications Application (ORCA) at http://SAM.gov
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 Central Contractor Registration (CCR) site at http://www.sam.gov 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.

Shipping Information

City State   Zip Code
See Statement of Work

Seller Attachment(s): Required

Product description, photos, size of items and general information. CA generators permits an past performance.

Buy Attachment(s)

No. Document Name   Document Size
001 Questions_and_Answers.docx   13 KB
002 Clauses-.pdf   373 KB
003 General_Instructions.pdf   85 KB
004 Performance_Work_Statement_PWS.pdf   704 KB