View Other Versions: 1021370
General Buy Information
Buy #: | 1021370_01 | |
---|---|---|
Solicitation #: | N6883620Q0135 | |
Buy Description: | Vidmar Cabinets | |
Category: | 71 -- Furniture | |
Sub Category: | 7125 -- Cabinets, Lockers, Bins, and Shelving | |
NAICS: | 332439 -- Other Metal Container Manufacturing | |
SAM Contract Opportunity: | Yes | |
Set-Aside Requirement: | Small Business | |
Buyer: | FLC - Jacksonville | |
End Date: | 05/21/2020 | |
End Time: | 14:30 ET | |
Seller Question Deadline: | 5/21/2020 - 14:30 ET | |
Delivery: | Special Delivery Instructions - See Statement of Work/Delivery Attachment | |
Repost Reason: |
Reposted only adminstratively add amendment to display all questions and answers (Q&Aa). RFQ has closed
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 | MINI-MEZZ COMPONENTS Consisting of : 1 kit, Stairway railing kit, # SRK 5 kits, Walkway railing kit, # WRK60 1 kit, Walkway ending kit, # WEK RAILING IS TO BE YELLOW | 1 | Lot |
002 | HI-LO bench configuration: Preconfigured cabinet part number TB3502A Consists of: 1 each, housing #PSTB350010, 1 each, lock cylinder with key #SL10TB, 1 each, drawer assemblies #PSTBO2, 1 kit, LDPSTB02PSTB816 compartments for drawer #PSTB02 1 each, drawer assembly #PSTB04 1 each, drawer assembly #PSTBO4 CABINETS ARE TO BE BRIGHT BLUE | 4 | EA |
003 | Bench Risers, 48x12x15, hardwood, part number BFH48 | 4 | EA |
004 | Hardwood Top, 45 x 30 x 1-3/4, part number BFH48 | 4 | EA |
005 | Preconfigured cabinet part number SCU3144L Consists of: 1 each, housing #0340 1 each, lock cylinder, with key #SL10 keyed #KA26 and KA86 4 each, drawer #ST30 4 kits, ld3068 for drawer #30 4 each, drawers #40 4 kits, LD4088 compartments for drawer #40 1 each, drawer #60 1 kit, LD60108 compartments for drawer #60 | 4 | EA |
006 | Bench Leg ST200HNF, #BL2002 | 26 | EA |
007 | Installation Vendor must provide drawings. | 1 | EA |
Bidding Requirements
Instructions |
---|
Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the Unison Marketplace Fee, for contract-specific items. If Unison receives notice that, due to inclusion of the Unison Marketplace Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the Unison Marketplace Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov.
|
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.
|
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.
|
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 Statement of Work/Delivery Attachment.
|
Buy Terms
Name | Description |
---|---|
Equipment Condition | New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. |
NAICS | The NAICS code is 332439 and the Small Business Standard is 500. |
FOB Destination | FAR 52.247-34, F.o.b. Destination applies |
No partial bids allowed | No partial shipments are permitted unless specifically authorized at the time of award. |
ORCA Registration | FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. |
Offer Period | Bid MUST be good for 30 calendar days after close of Buy. |
52.212-2 | 52.212-2 Evaluation - Commercial Items. The Government will make a single award using the lowest price technically acceptable ("LPTA") source selection. The Government intends to award on initial offers but reserves the right to conduct discussions. |
Miscellaneous | The clauses may be accessed in full text at these addresses https://www.acquisition.gov/Far/AND http://www.acq.osd.mil/dpap/dfars/index.htm |
52.203-18 | Limitation on Payments to Influence Certain Federal Transactions (1) Include the provision 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation, in all solicitations, except as provided in paragraph (a)(2) of this section; and (2) Do not insert the provision in solicitations for a personal services contract with an individual if the services are to be performed entirely by the individual, rather than by an employee of the contractor or a subcontractor. |
52.204-7 | System for Award Management |
52.204-16 | Commercial and Government Entity Code Reporting |
52.204-24 | Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment |
52.209-2 | Prohibition on Contracting with Inverted Domestic Corporations--Representation, as prescribed in FAR 9.108-5(a) |
52.209-11 | Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law, as prescribed in FAR 9.104-7(d) |
52.211-6 | Brand Name or Equal, as prescribed in FAR 11.107(a) |
52.212-1 | Instructions to Offerors—Commercial Items. (DEVIATION 2018-O0018) |
52.212-3 | Offeror Representations and Certifications—Commercial Items |
252.203-7000 | Requirements Relating to Compensation of Former DOD Officials (Sep 2011) |
252.203-7005 | Representation Relating to Compensation of Former DoD Officials |
252.204-7003 | Control of Government Personnel Work Product (April 1992) |
252.204-7008 | Compliance with Safeguarding Covered Defense Information Controls |
252.204-7016 | Covered Defense Telecommunications Equipment or Services--Representation |
252.209-7998 | Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) |
252.211-7003 | 252.211-7003 Item Identification & Valuation (AUG 2008) |
252.211-7003 Alt 1 | 252.211-7003 Alt 1 Item Identification & Valuation (AUG 2008) - Alt I |
252.212-7001 | 252.212-7001 Contract Terms and Conditions for Defense Acquisition of Commercial Items |
252.213-7000 | Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations |
252.225-7001 | Buy American Act & Balance of Payments (Oct 2011) |
DFARS 252.232-7003 | DFARS 252.232-7003 Wide Area Workflow (WAWF) |
252.232-7010 | 252.232-7010 Levies on Contract Payments (DEC 2006) |
252.239-7017 | Notice of Supply Chain Risk |
SUP 5252.243-9400 (1-92) | Authorized Changes Only by the Contracting Officer |
52.204-13 | System for Award Management Maintenance, as prescribed in FAR 4.1105(b) |
52.204-17 | Ownership or Control of Offeror, as prescribed in FAR 4.1804(b) |
52.204-18 | Commercial and Government Entity Code Maintenance, as prescribed in FAR 4.1804(c) |
52.204-19 | Incorporation by Reference of Representations and Certifications, as prescribed in FAR 4.1202(b) |
52.204-20 | Predecessor of Offeror, as prescribed in FAR 4.1804(d) |
52.204-21 | Basic Safeguarding of Covered Contractor Information Systems, as prescribed in FAR 4.1903 |
52.204-22 | Alternative Line Item Proposal, as prescribed in FAR 4.1008 |
52.219-6 | Notice of Total Small Business Set-Aside, as prescribed in FAR 19.508(c) |
52.219-28 | Post-Award Small Business Program Rerepresentation, as prescribed in FAR 19.309(c) |
52.222-3 | Convict Labor, as prescribed in FAR 22.202 |
52.222-19 | Child Labor—Cooperation with Authorities and Remedies, as prescribed in FAR 22.1505(b) |
52.222-21 | Prohibition of Segregated Facilities, as prescribed in FAR 22.810(a)(1) |
52.222-26 | Equal Opportunity, as prescribed in FAR 22.810(e) |
52.222-36 | Equal Opportunity for Workers With Disabilities, as prescribed in FAR 22.1408(a) |
52.222-41 | Service Contract Labor Standards, as prescribed in FAR 22.1006(a) |
52.222-42 | Statement of Equivalent Rates for Federal Hires, as prescribed in FAR 22.1006(b) |
52.222-50 | Combating Trafficking in Persons, as prescribed in FAR 22.1705(a)(1) |
52.223-18 | Encouraging Contractor Policies to Ban Text Messaging While Driving, as prescribed in FAR 23.1105 |
52.225-1 | Buy American—Supplies, as prescribed in FAR 25.1101(a)(1) |
52.225-3 | Free Trade Agreement--Israeli Trade Act |
52.225-13 | Restrictions on Certain Foreign Purchases, as prescribed in FAR 25.1103(a) |
52.232-33 | Payment by Electronic Funds Transfer-- System for Award Management, as prescribed in FAR 32.1110(a)(1) |
52.232-36 | Payment by Third Party, as prescribed in FAR 32.1110(d) |
52.219-1 | Small Business Program Representations, as prescribed in FAR 19.309(a)(1) |
52.222-25 | Affirmative Action Compliance, as prescribed in FAR 22.810(d) |
52.222-20 | Contracts for Materials, Supplies,Articles and Equipment Exceeding $15,000 |
52.225-2 | Buy American Certificate, as prescribed in FAR 25.1101(a)(2) |
52.225-4 | Buy American -- Free Trade Agreements – Israeli Trade Act Certificate, as prescribed in FAR 25.1101(b(2(i) |
52.225-25 | Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications, as prescribed in FAR 25.1103(e) |
252.223-7001 | Hazard Warning Labels, as prescribed in DFARS 223.303 |
252.223-7006 | Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials, as prescribed in DFARS 223.7106 and 223.7106(a) |
252.223-7008 | Prohibition of Hexavalent Chromium, as prescribed in DFARS 223.7306 |
252.225-7048 | Export-Controlled Items, as prescribed in DFARS 225.7901-4 |
252.232-7003 | Electronic Submission of Payment Requests and Receiving Reports, as prescribed in DFARS 232.7004(a) |
252.243-7001 | Pricing of Contract Modifications, as prescribed in DFARS 243.205-70 |
252.244-7000 | Subcontracts for Commercial Items, as prescribed in DFARS 244.403 |
252.246-7004 | Safety of Facilities, Infrastructure, and Equipment for Military Operations, as prescribed in DFARS 246.270-4 |
252.247-7023 | Transportation of Supplies by Sea, as prescribed in DFARS 247.574(b) and (b)(1) |
SUPTXT204-9400(1-18) | Contractor Access to Federally Controlled Facilities and/or Unclassified Sensitive Information or Unclassified IT Systems |
SUPTXT243-9400 (1-92 | Authorized Changes Only by the Contracting Officer |
252.204-7017 | Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation |
252.247-7028 | Application for U.S. Government Shipping Documentation/Instructions |
Shipping Information
City | State | Zip Code | |
---|---|---|---|
See Statement of Work |
Buy Attachment(s)
No. | Document Name | Document Size | |
---|---|---|---|
001 | DOR.pdf | 133 KB |