To place a bid or register go to Unison Marketplace

View Details for Buy # 1077969

General Buy Information

Buy #: 1077969  
Solicitation #: N0018921QG126
Buy Description: Firing Range Upgrade
Category: 69 -- Training Aids and Devices
Sub Category: 6930 -- Operation Training Devices
NAICS: 332994 -- Small Arms, Ordnance, and Ordnance Accessories Manufacturing
SAM Contract Opportunity: Yes
Set-Aside Requirement: No Set-Aside Restriction
Buyer: FLC Norfolk - Groton
End Date: 08/31/2021
End Time: 11:00 ET
Seller Question Deadline: 8/27/2021 - 11:00 ET
Delivery: 154 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 Turning Retrieval System (Quantity 9) with local controls per each Lane and one (1) master control according to the incorporated Statement of Work. To Include Delivery and Installation to Newport, RI 02841 Please provide specifications for technical review. NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent. 1 LO
002 Acoustic Wall Panels and Wool Fiber according to the incorporated Statement of Work. 24 inch x 96 inch x 1 inch panels to be attached to sidewalls of range. Thermal fiber to fill airgap between walls and acoustic wall panels, Quantity 125, please note price each to break down in order to remove IUID requirement. To Include Delivery and Installation to Newport, RI 02841 Please provide specifications for technical review. NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent. 1 LO
003 Removal of existing acoustic wall system and targetry. Install new Acoustic Material and 9 Lanes of Targetry according to the incorporated Statement of Work. To Include Delivery and Installation to Newport, RI 02841 Please provide specifications for technical review. 1 LO
004 Shipping, Unloading, and Staging of Material according to the incorporated Statement of Work. To Include Delivery and Installation to Newport, RI 02841 Please provide specifications for technical review. 1 LO

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.
There is no Set-Aside restriction for this Buy.
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 332994 and the Small Business Standard is 1,000 Employees.
FOB Destination FAR 52.247-34, F.o.b. Destination applies
52.212-2 52.212-2 Evaluation - Commercial Items.
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/
52.212-5 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.
252.211-7003 252.211-7003 Item Identification & Valuation (AUG 2008)
252.212-7001 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 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)
252.225-7000, 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.
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)
252.204-7003 Control of Government Personnel Work Product (April 1992)
252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sep 2011)
252.225-7001 Buy American Act & Balance of Payments (Oct 2011)
Supplemental Bid Information In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com.
Contractor Registration This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.
Bids Must Be Valid for 30 Days All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications.
Equipment Requirement New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer’s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer’s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software.
Shipping Conditions All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award.
Applicable FAR Clauses 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. 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, will apply: 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 a FAR clause may be accessed electronically at http://www.acquisition.gov/far/
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
Newport RI   02841

Seller Attachment(s): Required

FAR 52.225-18 and DFAR 252.225-7000

Buy Attachment(s)

No. Document Name   Document Size
001 11_01_Provision_252_225-7000.docx   14 KB
002 11_01_Provision_52_225-18.docx   14 KB
003 4_02_RFQ_N0018921QG126_UNISON.pdf   772 KB