To place a bid or register go to Unison Marketplace

View Details for Buy # 1141402

General Buy Information

Buy #: 1141402  
Solicitation #: W912KC23Q0068
Buy Description: Portable Ramp
Category: 39 -- Materials Handling Equipment
Sub Category: 3990 -- Miscellaneous Materials Handling Equipment
NAICS: 333924 -- Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: Small Business
Buyer: National Guard - Pennsylvania
End Date: 06/15/2023
End Time: 11:00 ET
Seller Question Deadline: 6/13/2023 - 11:00 ET
Delivery: 180 Day(s) - Required (No. of calendar days after receipt of order (ARO) by which Buyer requires 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 Manufacturer: Yard King Model Number: RAMP S-8012040-L Brand name or equal to product identified above. Reference salient characteristics on attached purchase description. 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 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.
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
Equipment Condition New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
Offer Period Bid MUST be good for 30 calendar days after close of Buy.
Shipping Condition Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.
SAM Requirement This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.
Commercial Items Terms and Conditions The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
Request for Quote This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).
FAR Provisions and Clauses 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.204-7, System for Award Management; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.204-13, System for Award Management Maintenance; 52.204-16, Commercial and Government Entity Code Reporting; 52.204-18, Commercial and Government Entity Code Maintenance; 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; 52.204-24,Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; 52.204-25, Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment;52.204-26, Covered Telecommunications Equipment or Services-- Representation; 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.212-1, instructions to Offerors—Commercial Items; 52.212-3, Offeror Representations and Certifications—Commercial Items; 52.212-3, Offeror Representations and Certifications—Commercial Items--Alternate I; 52.212-4, Contract Terms and Conditions—Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders— Commercial Items; 52.219-6 (Dev), Notice of Total Small Business Set-Aside (Deviation 2020-O00008).; 52.219-28, Post-Award Small Business Program Rerepresentation;52.219-33, Non-Manufacturer Rule (MAR 2020) (Deviation 2020-O0008); 52.222-3, Convict Labor; 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Deviation 2020-O0019) (JUL 2020); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity;52.222-35, Equal Opportunity for Veterans. 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1, Buy American Act--Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer—System for Award Management; 52.232-40, Providing Accelerated Payments to Small; 52.233-3, Protest after Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated By Reference
DFARS Provisions Clauses 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7003, Control of Government Personnel Work Product;252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; 252.204-7016, Covered Defense Telecommunications Equipment or Services--Representation. 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation; 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services;252.204-7020, NIST SP 800-171 DoD Assessment Requirements.; 252.223-7008, Prohibition of Hexavalent Chromium; 252.225-7000, Buy American-- Balance of Payments Program Certificate--Basic; 252.225-7001, Buy American and Balance of Payments Program--Basic; 252.225-7035, Buy American--Free Trade Agreements--Balance of Payments Program Certificate--Basic; 252.225-7036, Buy American—Free Trade Agreements— Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.232-7006, Wide Area Workflow Payment Instructions; 252.232-7010, Levies on Contract Payments; 252.232-7017, Accelerating Payments to Small Business Subcontractors-- Prohibition on Fees and Consideration; 252.244-7000, Subcontracts for Commercial Items; 252.246-7003, Notification of Potential Safety Issues; 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations; 252.246-7008,Sources of Electronic Parts; 252.247-7023, Transportation of Supplies by Sea--Basic
DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS Wide Area Workflow Payment Instructions: All invoices must be submitted via WAWF. It is mandatory for you to use this E-invoicing system to ensure timely payment of your invoice. WAWF is a web-based tool for the processing of invoices/receiving reports. The website for this system is https://wawf.eb.mil/
Basis of Award IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: An award will be made on the basis of the price only. Quotes must meet all other terms and conditions of this solicitation with no exceptions taken. The vendor shall have an acceptable or neutral past performance rating in the Supplier Performance Risk System (SPRS).
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 using the Size Standards Tool, or by referencing the SBA's table of small business size standards. These webpages can be found at https://www.sba.gov/federal-contracting/contracting-guide/size-standards
Representations The seller must complete and provide the representations at 252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation; 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation; and 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.
FAR 52.211-6 Brand Name or Equal 52.211-6 Brand Name or Equal (a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation. (b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must-- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation.

Shipping Information

City State   Zip Code
ANNVILLE PA   17003

Seller Attachment(s): Required

Attachment required. See FAR Clause 52.211-6.

Buy Attachment(s)

No. Document Name   Document Size
001 Purchase_Description.pdf   425 KB