To place a bid or register go to Unison Marketplace

View Details for Buy # 1126385

General Buy Information

Buy #: 1126385  
Solicitation #: W912PM23Q0005
Buy Description: Stilling Basin Stoplog Fabrication
Category: 99 -- Miscellaneous
Sub Category: 9999 -- Miscellaneous Items
NAICS: 332312 -- Fabricated Structural Metal Manufacturing
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: Small Business
Buyer: USACE - Wilmington District
End Date: 02/01/2023
End Time: 16:00 ET
Seller Question Deadline: 1/26/2023 - 13:00 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 Fabrication of Two (2) Stoplog Units 1 Job
002 Final "As-Built" Documents 1 Job
003 Shipment and Delivery 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 Government intends to award a Firm Fixed Price Contract based on Lowest Price Technically Acceptable (LPTA). Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with the lowest price that fully meets all specifications. Only the lowest priced proposal will be evaluated for technical acceptability. The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation.
The Buyer is allowing Sellers to submit bids that either meet or exceed the requested specification. 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.
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.

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.
Quote Submitted Quotes will be valid for 45 days after the RFQ closing.
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) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). 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/.
Clauses and Provisions FAR 52.202-1, Definitions; 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-7, System for Award Management; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.204-13, System for Award Management Maintenance; 52.207-4, Economic Purchase Quantity-Supplies; 52.204-16, Commercial and Government Entity Code Reporting; 52.204-18, Commercial and Government Entity Code Maintenance; 52.204-19, Incorporation by Reference of Representations and Certifications; 52.204-22, Alternative Line Item Proposal; 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors--Commercial Items; 52.212-3, Alternate I, Offeror Representations and Certifications--Commercial Items; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.219-1. Alt I, Small Business Program Representation; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-3, Hazardous Material Identification and Material Safety Data; 52.223-5, Pollution Prevention and Right-to-Know Information; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-18, Place of Manufacture; 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications; 52.232-1, Payments; 52.232-8; 52.232-11, Extras; 52.232-23, Assignment of Claims; 52.232-37, Multiple Payment Arrangements; 52.232-39, Unenforceability of Unauthorized Obligations; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 52.233-1, Disputes; 52.233-3, Protest after Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.243-1, Changes Fixed Price; 52.246-16, Responsibility for Supplies; 52.246-17, Warranty of Supplies of a Noncomplex Nature; 52.246-23, Limitation of Liability; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.253-1, Computer Generated Forms; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7003, Control of Government Personnel Work Product; 252.204-7006, Billing Instructions; 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; 252.204-7015, Disclosure Information to Litigation Support Contractors; 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; 252.211-7003, Item Unique Identification and Valuation; 252.223-7001, Hazard Warning Labels; 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.223-7008, Prohibition of Hexavalent Chromium; 252.225-7001, Buy American and Balance of Payments Program; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.225-7048, Export-Controlled Items; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.203-7017, Accelerating Payments to Small Business Subcontractors—Prohibition on Fees and Consideration; 252.243-7001, Pricing of Contract Modifications; 252.244-7000, Subcontracts for Commercial Items; 252.246-7003, Notification of Potential Safety Issues; 252.247-7023 Transportation of Supplies by Sea.
NAICS and Size Standard The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 with a small business size standard of 750 employees.
Authorized Dealer The contractor must be an authorized dealer of the specified equipment to ensure warranty and maintenance support.
No Multiple Awards No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an all-or-nothing basis
Request for Quote This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).
FARSite FAR and DFARS provisions and clauses are current to the most recent dates posted on https://url.serverdata.net/?a5NlIIoNu6x4W82Y6AmlWmYolU-WW5RkCTYJeq9Fo9w2mdHpJz0y6p5BbIBC5d1UrKNYCWIpteyGn3YH2_vwkH7HbgfFwGhWWQrd0Dzi-6u_XBNforaAdDNqqOjs4oy8b.
Additional Discounts The Contracting Officer requests all available additional discounts, IAW FAR 8.405-4
Basis of Award FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price.

Shipping Information

City State   Zip Code
Moncure NC   27559 - 0144

Seller Attachment(s): Optional

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

Buy Attachment(s)

No. Document Name   Document Size
001 A2_-_BEJ_Stoplogs_Drwgs_Final_Signed.pdf   772 KB
002 A2_-_BEJ_Stoplog_Specs_RTA.pdf   586 KB
003 A2_-_SOW_BEJordan_Stoplogs.pdf   66 KB