To place a bid or register go to Unison Marketplace

View Details for Buy # 1142425

View Other Versions: 1142425_01 

General Buy Information

Buy #: 1142425  
Solicitation #: PANMCC23P0000018941
Buy Description: Moving Services: Disassembly, Transportation, Reassembly, Reconfiguration, and Placement
Category: V3 -- RELOCATION OR TRAVEL AGENT SERVICES
Sub Category: V301 -- TRANSPORTATION/TRAVEL/RELOCATION- RELOCATION: RELOCATION
NAICS: 484210 -- Used Household and Office Goods Moving
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: Small Business
Buyer: MICC Fort Cavazos
End Date: 06/20/2023
End Time: 11:00 ET
Seller Question Deadline: 6/13/2023 - 11:00 ET
Delivery: Special Delivery Instructions - See Statement of Work/Delivery Attachment

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 Furniture Move: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform move services and reconfigure existing Herman Miller furniture as defined in this PWS, except for those items specified as government furnished property and services. 1 JOB

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 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.)
The Buyer has provided special instructions for delivery – See Statement of Work/Delivery Attachment.
The Buyer is requiring interested Sellers submit Bids with pricing inclusive of all Line Items.

Buy Terms

Name Description
ATTENTION OFFERORS!! In responding to this request for quote, you must provide the manufacturer's name and part numbers AND salient characteristics of the items you are proposing to sell to the Government. Regardless of the terminology used in each RFQ ("Brand Name or Equal", or "meet minimum stated specifications), the information describing what you are offering must be physically written into the seller's bid specification block. Salient characteristics are defined as "pronounced features of an item that identify it describe its size and composition, functional intent, and/or operational capabilities or limits." When researching product capabilities, you must, as a minimum, respond with feature for feature comparisons in order for your product to be technically evaluated for sufficiency. Responses such as "bidding exact match", "as specified", or cutting and pasting the Government's specification information into the seller's bid specification block are not acceptable responses. Offerors who respond in any of the three examples directly above will be eliminated from the competition without consideration of their offer. If you are bidding the same product as is being requested, your seller bid specification should indicate: "Bidding on Manufacturer (Insert Name) and Part Number (Insert Number). If you are bidding on an "or equal" product, your seller bid specification must state: Bidding on Manufacturer (Insert Name) and Part Number (Insert Number), containing the following salient characteristics (insert salient characteristics). If your response does not contain all of the required information called out in this notice, your quote will be determined nonresponsive and will not be considered for award.
ACKNOWLEDGEMENT OF RE-POSTINGS (AMENDENTS) REQUIRED The apparent awardee shall acknowledge acceptance of any and all re-postings (amendments), in writing, prior to any award resulting from this solicitation.
NAICS CODE The applicable NAICS code for this procurement is 484210 with the related size standard of $34.0M. The NAICS code identified herein must appear in FAR 52.212-3 "Offeror Representations and Certifications" in SAM and the vendor must be actively registered in that NAICS prior to receipt of quote in order to receive an award. Offeror are reminded that failure to comply “shall render their quote as non-responsive.”
PROTESTING Unison Marketplace BUYS Unison Marketplace is a mechanism used by this office to solicit for common use commercial items in accordance with FAR 13.5. Unison Marketplace is NOT a forum for filing protests against the Government. Attempts to file protests through Unison Marketplace will not be considered legitimate as they do not conform to the requirements in the Federal Acquisition Regulation (FAR). It is preferable that disputes and protests be resolved as quickly as possible at the lowest level possible before considering the more formal process described below. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC, as an Alternate 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 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. The address for filing a protest directly with AMC is: 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 e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil. Packages sent Federal Express or UPS should be addressed to: HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 Ft Belvoir, VA 22060-5527. The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the HQ, AMC to obtain the AMC-Level Protest procedures.
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 52.212-2, Evaluation- Commercial Items; 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/.
Addendum to FAR Clause 52.212-4(a) Inspection/Acceptance The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation; e.g., if a line item on the contract reads - Computer, 10 each, the contractor shall NOT ship 3 computers on one shipment and 7 computers on a second shipment. Failure to adhere to this requirement will result in invoices being rejected in WAWF and/or a delay in payment for non-conforming shipped quantities.
SAM Requirement Company must be registered on System for Award Management (SAM) prior to receipt of quote in order to receive an award. Offeror are reminded that failure to comply “shall render their quote as non-responsive.” If company is not registered in SAM, they may do so by going to SAM web site at www.sam.gov.
SPECIAL FORT HOOD INSTRUCTION-QUOTE CLARIFICATIONS Proposed responders must submit any questions concerning this solicitation before (date), (time), to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered.
Period of Acceptance of Offers Bid MUST be good for 90 days, after submission. No partial bids will be accepted.
Site Visit Information 1. Participants will meet at: a) Location: Various locations on Fort Cavazos b) POC: Valarie Lawyer @ 254-288-8793 or Valarie.c.lawyer-jefferson.civ@healthl.mil c) You are responsible to be at BLDG 36065 @ 2:50 on 13 June 2023 to check in. 2. Various locations starting from 1500 - 1630 (est.) a) Start at Bldg 36065 b) Move to Bldg 36039 c) Finish at Bldg 36040 3.Everyone is responsible for their own transportation to and from site visit locations. Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.
Visit Request Instructions ALL personnel visiting Fort Cavazos are required to provide a Visit Authorization Letter (VAL) prior to arrival. This includes DA civilians, military and contractors. This time and this time only, you can submit required information to Ms. Lawyer-jefferson NLT (No Later Than) 24 hours prior to site visit schedules date and time. Valarie Lawyer @ 254-288-8793 or Valarie.c.lawyer-jefferson.civ@healthl.mil As per DOD 5220.22-M, National Industrial Security Program Operating Manual (NISPOM), January 1995, Chapter 6, paragraph 6-103, Visit Authorization Letters (VAL), Contractors not in JPAS shall include the following information in all VALs: a. Company name, address and telephone number, assigned CAGE Code, if applicable and certification of the level of the facility security clearance. b. Name, SSN, date and place of birth, citizenship of the employee intending to visit. c. Certification of the proposed visitor's personnel clearance and any special access authorizations required for the visit; (if the individual does not have a security clearance, state "no clearance" in this section. d. Organization and name of person(s) to be visited. e. Purpose and sufficient justification for the visit to allow for a determination of the necessity of the visit. f. Date or period of visit. g. For NON CAC card holders, driver’s license number and state of issue required. For additional information regarding access, contact the Fort Cavazos Visito Center between the hours of 5:00am to 9:00 PM CST at (254) 287-9909. Services offered can be obtained by visiting their website at https://home.army.mil/cavazos/my-fort/visitor-information All personnel without a CAC card will be required to stop at the Fort CAvazos Visitor’s Center to obtain a vehicle pass for entry to the installation. If driving POV, ensure they have current driver’s license, vehicle registration and proof of insurance. If driving rental car bring your rental agreement in with you. During the workday early morning hours the wait to receive a vehicle pass can be up to two hours. Non-CAC holders who are a passenger in a vehicle driven by a CAC holder will present a valid picture ID to the guard at the gate for access to the installation. Defense Department installations will no longer accept driver's licenses from Illinois, Minnesota, Missouri, and Washington as proof of identity for access control purposes, according to DoD officials. Visitors to Fort CAvazos with Driver’s License from these states must also have with them: U.S. passport or U.S. passport card, Veteran's Health ID card, DHS "trusted traveler" cards, TWIC cards, Select University, library or school cards containing a photograph, name, and expiration date. Non-government photo identification with a person's name and address. Birth certificate or document with a person's full name and date of birth, Utility bill or other documentation showing the person's name and address of principal residence, Vehicle registration with name and address. The driver's licenses remain valid for driving purposes. --End of Visit Request Instructions--
Basis for Award The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1: Price (Lowest Price Technically Acceptable) Price: Quotes will be evaluated for technical acceptability in accordance with provided CLIN structure. Award shall be made to the one offeror who can meet the terms and conditions set forth in this solicitation, all factors considered.
SPECIAL FORT HOOD INSTRUCTIONQUOTE CLARIFICATIONS Proposed responders must submit any questions concerning this solicitation before (date), (time), to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered.
Streamlined Solicitation for Commercial Products or Commercial Services This is a COMBINED synopsis/solicitation for commercial products prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

Shipping Information

City State   Zip Code
See Place of Performance

Seller Attachment(s): Optional

The attachment(s) could include the following non-pricing information:

Buy Attachment(s)

No. Document Name   Document Size
001 PWS.pdf   753 KB