To place a bid or register go to Unison Marketplace

View Details for Buy # 1113119

View Other Versions: 1113119_01  1113119_02  1113119_03  1113119_04 

General Buy Information

Buy #: 1113119  
Solicitation #: W9124C22T0023
Buy Description: Office Cubicles
Category: 71 -- Furniture
Sub Category: 7110 -- Office Furniture
NAICS: 337214 -- Office Furniture (except Wood) Manufacturing
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: Small Business
Buyer: MICC Fort Jackson
End Date: 09/13/2022
End Time: 11:00 ET
Seller Question Deadline: 9/9/2022 - 11:00 ET
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 The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision and other non-personal items necessary to perform the completion of purchase and installation eleven (11) new workstations, approximately 82" (9' X 12'). See Attached Performance Work Statement. Buy American: The contractor hereby adheres to the BUY AMERICAN STATUE (FAR 52.225) when supplying goods and materials relating to this solicitation/award. Identify the County of Origin for the goods and materials you are supplying. 11 EA
002 The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision and other non-personal items necessary to perform the completion of purchase and installation five (5) new workstations at 66" (6' X 7'). See Attached Performance Work Statement. Buy American: The contractor hereby adheres to the BUY AMERICAN STATUE (FAR 52.225) when supplying goods and materials relating to this solicitation/award. Identify the County of Origin for the goods and materials you are supplying. 5 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
FAR Provisions The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR 52.211-6, Brand name or Equal.
FAR Clauses The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions – Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea.
SAM Registration IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance.
New Equipment New equipment ONLY, NO remanufactured or used products. No "GREY" market items.
Offer Period Bid MUST be good for 30 calendar days after submission
Shipping FOB Destination CONUS (CONtinental U.S.)
Shipping Information No partial shipments unless otherwise specified at time of order
Contracting Officer Determination The award will be based upon lowest price technically acceptable (LPTA) bid. The Contracting reserves the right to have or not have discussions. If information regarding your quoted items are not attached along with specification sheet and pictures your bid will be determined unacceptable. A bid will be determined acceptable if specifications sheets and pictures are attached which meet the specifications outlined in each line item.
5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer. However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (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 (GAO) 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 35 calendar 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 HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. 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 email usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: http://www.amc.army.mil/amc/commandcounsel.html. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause)
Service Terms "52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report"
Provision 252.209-7999 Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.
Provision 252.232-7006 Wide Area WorkFlow Payment Instructions.
Clause 252.204-7012 252.204-7012 Safeguarding of Unclassified Controlled Technical Information.
Palletization All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MILSTD-147E.
Basis of Award IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is a pass fail requirement. Evaluation is based on a lowest price technically acceptable.
No Multiple Awards No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an all-or-nothing basis.
Buy America Act In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product. ****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****
Provision 52.204-26 Representation and Representation Disclosures The form(s) included in the buy must be returned with your quote. Failure to return the form(s) with your quote will result in your quote not being considered for award.
Site Visit Instructions A site visit is scheduled for 8 September 2022 @ 10:00am for solicitation W9124C22T0023 to purchase and install office cubicles in accordance to the performance work statement separately attached. Personnel will meet at the Building 10000, Room 2066 located at 10000 Hampton Parkway, Fort Jackson SC 29207. Individuals that do not already have base access shall provide their full name, date of birth, and driver’s license number (with state) to Roger Miller at 803-751-4372 or roger.d.miller.civ@army.mil no later than 7 September 2022 at 2:00 pm EST. Please arrive at Gate 2, Visitor Center located on Strom Thurmond BLVD, Fort Jackson NLT two hours prior to the scheduled site visit (if you do not already have post access). This is in order to avoid back-up of contractors signing in at gate.
Quote Submitted Quotes will be valid for 45 days after the auction closing.
Request for Quote This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).).
FARsite IAW FAR 52.252-2 Clauses Incorporated by Reference, for the extended description here is the website: https://www.acquisition.gov/
NAICS & SIZE STANDARD The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf
Clause 252.232-7006 Wide Area WorkFlow Payment Instructions.
Vendor Questions Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to Roger Miller, Contract Specialist at roger.d.miller.civ@army.mil and Copy Scott Bertacini, Contracting Officer at scott.r.bertacini.civ@army.mil.

Shipping Information

City State   Zip Code
See Place of Performance

Seller Attachment(s): Required

Contractor shall provide a schedule and technical proposal outlining the approach that will be used to meet the requirements of the Performance Work Statement. See Attachment 1, Instructions to Offerors.

Buy Attachment(s)

No. Document Name   Document Size
001 Attachment_2_PWS_22T0023_G3_Office_Cubicles_1_September_2022.pdf   401 KB
002 Attachment_1_Instruction_to_Offerors_Evaluation_Factors_1_September_2022.pdf   297 KB
003 Attachment_3_22T0023_CLAUSES_INCORPORATED_BY_REFERENCE_1_September_2022.pdf   666 KB
004 Attachment_4_-_22T0023_Site_Visit_Instructions_G3_Office_Cubicles_2_September_2022.pdf   101 KB