To place a bid or register go to Unison Marketplace

View Details for Buy # 1130963_01

View Other Versions: 1130963 

General Buy Information

Buy #: 1130963_01  
Solicitation #: N0018923Q0118
Buy Description: WARHEAD WOODEN CRATES
Category: 81 -- Containers, Packaging, and Packing Supplies
Sub Category: 8140 -- Ammunition and Nuclear Ordnance Boxes, Packages and Special Containers
NAICS: 321920 -- Wood Container and Pallet Manufacturing
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: Small Business
Buyer: FLC - Norfolk
End Date: 03/07/2023
End Time: 12:00 ET
Seller Question Deadline: 3/2/2023 - 12:00 ET
Delivery: 30 Day(s) - Required (No. of calendar days after receipt of order (ARO) by which Buyer requires Seller to deliver)
Repost Reason: Reposting to include instructions to vendors asking them to ensure the Total price in their attachment matches the Final Total Price listed on their Unison bid.
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 WARHEAD WOODEN CRATES-IAW drawing SC72B129000-1001 REV N. CRATES TO BE PRESERVED WITH COPPER 8. 120 SETS
002 PERFORMANCE ORIENTED PACKAGING (POP) certification in accordance with DOT packaging regulations, by certified vendor. 1 EA
003 SHIPPING CONTAINER, BOOSTER SECTION-SC642AS0647-501TD IAW drawing SC642AS0647-501TD CRATES TO BE PRESERVED WITH COPPER 8. 50 SETS

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 Government intends to select for award the one responsible quote which conforms to the Bidding Requirements and Buy Terms in the auction, proposes a price that is fair and reasonable, and provides the Lowest Priced, Technically Acceptable (LPTA) quote meeting the specifications of the requirement. If the lowest priced quote is not found to be Technically Acceptable, the government will evaluate the next lowest priced quote, and so on. Quotes determined to be incomplete, unreasonable, or unrealistic will not be considered for award.
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.)

Buy Terms

Name Description
Miscellaneous This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm
NAICS The NAICS code is 321920 and the Small Business Standard is 500 Employees.
FOB Destination FAR 52.247-34, F.o.b. Destination applies.
Equipment Condition New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
No partial bids allowed No partial shipments are permitted unless specifically authorized at the time of award.
Offer Period Bid MUST be good for 30 calendar days after close of Buy.
FAR Site The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/
52.204-7 System for Award Management
52.204-10 52.204-10 Reporting Subcontract Awards.
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012)
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (May 2012)
52.212-2 52.212-2 Evaluation - Commercial Items.
52.212-5 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items.
52.219-28 52.219-28 Post-Award Small Business Program Rerepresentation.
52.222-3 52.222-3 Convict Labor
52.222-19 52.222-19 Child Labor--Cooperation with Authorities and Remedies
52.222-21 52.222-21 Prohibition of Segregated Facilities
52.222-26 52.222-26 Equal Opportunity
52.222-35 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans
52.222-36 52.222-36 Affirmative Action for Workers w/ Disabilities
52.222-37 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans.
52.223-18 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010)
52.225-13 52.225-13 Restrictions on Certain Foreign Purchases.
52.232-18 52.232-18 Availability of Funds
252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sep 2011)
252.204-7003 Control of Government Personnel Work Product (April 1992)
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)
252.225-7000, 252.232-7010, 5252.NS-046P, 52.212-4, 52.212-1, 52.252 -252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation.
252.225-7001 Buy American Act & Balance of Payments (Oct 2011)
252.232-7003 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.
252.247-7023 252.247-7023 Transportation of Supplies by Sea (MAY 2002)
252.247-7023 (iv) Alt III 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023.
5252.NS-043C Fleet Fast Pay
Evaluation Criteria/Basis of Award Sellers understand that the Marketplace ranks all Bids by price; however, sellers will be evaluated by the Buyer in accordance with the basis established in the solicitation and pursuant to applicable acquisition regulations and/or departmental guidelines. The award decision is the sole discretion of the Buyer.

Shipping Information

City State   Zip Code
Yorktown VA   23691

Seller Attachment(s): Required

Performance-Oriented Packaging Certification. Please see attachment "ADDENDUM EVALUATION OF OFFERS" for additional information.Please ensure the Total price in the attachment matches the Final Total Price listed on your Unison bid.

Buy Attachment(s)

No. Document Name   Document Size
001 ADDENDUM_EVALUATION_OF_OFFERS.pdf   562 KB
002 CLAUSES_AND_PROVISIONS.pdf   728 KB
003 SC642AS0647-501TD_DRAWING_Redacted.pdf   257 KB
004 SC72B129000-1001_WOODEN_BOX_DWG_Redacted.pdf   557 KB