General Buy Information
| Buy #: | 1140746 | |
|---|---|---|
| Solicitation #: | W911S8-23-Q-0010_01 | |
| Buy Description: | Adding Electric Outlets | |
| Category: | Z2 -- Repair or Alteration of Structures and Facilities | |
| Sub Category: | Z2AA -- Repair or Alteration of Office Buildings | |
| NAICS: | 238210 -- Electrical Contractors | |
| SAM Contract Opportunity: | Yes | |
| Set-Aside Requirement: | Small Business | |
| Buyer: | MICC Joint Base Lewis McChord | |
| End Date: | 06/20/2023 | |
| End Time: | 13:00 ET | |
| Seller Question Deadline: | 6/15/2023 - 17:00 ET | |
| Delivery: | Special Delivery Instructions - Other: 120 days ANP | |
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 | Add electrical outlets FFP Contractor shall install eight new electrical outlets in room 221 at approximate locations depicted in attachment # 7. Utilizing existing 20-amp spare breakers in panel 2LB, located in the electrical room, #201A, install conduit, fittings, and conductors for two 120-volt circuits above drop ceiling to room 221. In room 221, conduit shall be surface mounted with new 20-amp outlets placed at pproximate locations depicted in attachment # 7. The requirement is for four each duplex and 2 each quad outlets. Four outlets per circuit. Only compression type fittings are authorized for installation. All wiring shall be THHN and copper. New type-written panel schedule shall be provided for panel. All conductors must be continuous and without splices (no exceptions). Neutral conductors are separate conductors. Ground c onductors are separate conductors. (Multiwire Branch Circuits are not authorized). All work shall comply with the most current editions of NFPA 70 & 70E. FOB: Destination | 1 | Job |
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 solicitation requires that Buyer evaluates bids on a line item basis; therefore, each line item will include applicable evaluation criteria. For all line items, 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.)
|
|
The Buyer has provided special instructions for delivery – Other: 120 days ANP.
|
Buy Terms
| Name | Description |
|---|---|
| Sit Visit instructions and Date | A site visit is scheduled for 08 June 2023 at 10:00 AM PDT. Interested attendees are asked to meet at BuildingJ01142 at McChord Field Main Gate. This will be the only site visit conducted; requests for additional site visits will be denied. Potential vendors must disclose their intent to attend the site visit by email to Robert C Collins no later than 12:00 PM PDT on 07 June 2023. Personal Protective Equipment (PPE) is recommended but not required; vendors are responsible for providing their own PPE. Potential vendors requiring post access assistance should contact Mr. Richard Winter via email at richard.p.winter.civ@army.mil with Contractor Form attached no later than 12:00 PM PDT on 07 June 2023. No questions will be answered at the site visit, all questions shall be submitted to Robert C Collins at robert.c.collins127.civ@army.mil. |
| NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) AND SIZE STANDARD | In accordance with FAR 19.102(b), the small business size standard is applied by classifying the product or service being acquired in the industry whose definition, as found NAICS Manual, best describes the principal nature of the product or service being acquired. The NAICS code selected for this acquisition is (238210, Electrical Contractors and Other Wiring Installation Contractors) with an applicable small business size standard of ($19.0 Mil). |
| CONTRACTING OFFICER'S AUTHORITY | The Contracting Officer (KO) at Mission and Installation Contracting Command, Joint Base Lewis-McChord is the only person authorized to approve changes or modify any of the requirements under this solicitation, and notwithstanding anything contained elsewhere in this solicitation, the said authority remains solely with the KO. In the event the Contractor or contractor employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the price of any subsequently awarded contract under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof. |
| AGENCY PROTEST PROCEDURES | If an interested party have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also officially protest to the contracting officer. Contract award or performance is suspended during the protest. To be timely, protests must be filed within the periods specified in FAR 33.103. If an interested party has complaints or want to file a protest it must be sent to the address below: Mission and Installation Contracting Command Chief, Supply and Small Services Branch BOX 339500, MS 19 JBLM, WA 98433-9500 Facsimile number 253-967-3844 |
| AMC-LEVEL PROTEST PROGRAM | If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: [contract number] HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. |
| QUOTES | Quotes MUST be valid for 30 days after Request for Quote/solicitation’s closing date. |
| QUOTE CLARIFICATIONS | Questions concerning this solicitation must be submitted at least 5 days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date may not be considered. |
| CONTACT INFORMATION | Contact MarketplaceSupport@unisonglobal.com or call 1-877-933-3243 to address any questions for quotes utilizing Unison Marketplace. |
| NO MULTIPLE AWARDS | Quotes must be submitted per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected and deemed non-responsive. |
| EVALUATION OF QUOTES: LOWEST PRICE TECHICALLY ACCEPTABLE | In order to enhance the efficiency of the procurement process, the Government intends to evaluate only the lowest priced quote to determine if the quote is technically acceptable and whether the vendor has acceptable or neutral past performance. If the lowest priced quote is reasonably priced and technically acceptable and the vendor has acceptable or neutral past performance, the Government intends to make an award to that vendor and no other quote will be evaluated. If the lowest priced offer is not technically acceptable, the vendor does not have acceptable or neutral past performance, or both, then the Government will evaluate the second lowest priced quote for technical acceptability and acceptable or neutral past performance. This method will continue until the lowest priced, technically acceptable quote, by a vendor with acceptable or neutral past performance, is determined. Quotes will be evaluated based on price and technical acceptability. Quoter/Offeror certifies that the product quoted meets or exceeds all minimum requirements as stated in the Request for Quotes. |
Shipping Information
| City | State | Zip Code | |
|---|---|---|---|
| See Statement of Work | |||
Seller Attachment(s): Optional
| The attachment(s) could include the following non-pricing information: |
Buy Attachment(s)
| No. | Document Name | Document Size | |
|---|---|---|---|
| 001 | Contractor_form.pdf | 154 KB | |
| 002 | SOW.pdf | 313 KB | |
| 003 | Attch_3_-Power_One-Line_Diagram.pdf | 78 KB | |
| 004 | Attch_7_-_Proposed_Floorplan.pdf | 772 KB | |
| 005 | Attch_4_-_Panel_Schedules.pdf | 122 KB | |
| 006 | Attch_5_-_Second_Floor_Power.pdf | 79 KB | |
| 007 | Attch_6_-_Current_floorplan_rm_221_bldg_1142.pdf | 155 KB | |
| 008 | W911S8-23-Q-0010_Unison_RFQ_2023_06_01.pdf | 526 KB | |
| 009 | Attch_1_-_Project_Location.pdf | 451 KB | |
| 010 | Attch_2_-_Second_Floor_Plan.pdf | 183 KB |
