To place a bid or register go to Unison Marketplace

View Details for Buy # 1068985

General Buy Information

Buy #: 1068985  
Solicitation #: N0018921QG082
Buy Description: N0018921QG082 NSSF 200A Front Power Steer Carts
Category: 39 -- Materials Handling Equipment
Sub Category: 3920 -- Material Handling Equipment, Nonself-Propelled
NAICS: 332999 -- All Other Miscellaneous Fabricated Metal Product Manufacturing
SAM Contract Opportunity: Yes
Set-Aside Requirement: Small Business
Buyer: FLC Norfolk - Groton
End Date: 06/22/2021
End Time: 11:00 ET
Seller Question Deadline: 6/15/2021 - 11:00 ET
Delivery: 90 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 CART, FRONT STEER FFP Front Steer Power Cart Brand Name or Equal Mfg. Topper Industrial 200A Front Steer Power Cart See Incorporated Salient Specifications and Instructions to Quoters for details. To include FOB Destination Shipping and Handling to Groton, CT 06349. Sellers must complete bid in accordance with Instructions to Quoters and upload onto Unison Marketplace Reverse Auction Portal complete salient characteristic matrix and all mandatory technical review criteria and signed FAR and DFARS Provisions with lead time to be considered and not disqualified. 9 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 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 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
INSTRUCTIONS TO QUOTERS 1.Vendors must quote ALL line items or you will be automatically disqualified as technically unacceptable. 2.All questions must be directed through the Reverse Auction Website, any questions outside of the Reverse Auction platform will not be answered. Do not send questions directly to buyers email. 3.All vendors must provide a detailed itemized quote/bid upload all technical criteria, lead-time, and attachments with bid otherwise, you may be automatically disqualified for not providing mandatory attachments. 4.All vendors MUST complete and upload with bid all mandatory technical evaluation criteria with complete signed attachments to include the completed Yes/No Salient Characteristic Matrix with product literature of the bid product FOB Destination delivery to Groton, CT 06349, as well as complete signed FAR and DFARS provisions to evaluate the bid product. 5.All vendors shall upload published and/or internal price catalog with the effective date and page number for the same or similar bid items. 6.All vendors shall upload two (2) recent paid invoices for the same and/or similar items. 7.The vendor shall complete, sign, and attach the following mandatory FAR and DFARS Provisions: □FAR 52.203-18 Prohibition on Contracting with Entities that Required Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017). □FAR 52.204-24 Representation Regarding certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019). □FAR 52.204-26 Covered Telecommunications Equipment or Services—Representation (Dec 2019). □FAR 52.209-11 Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under Any Federal Law (Feb 2016). □FAR 52.225-18 Place of Manufacture (Mar 2015). □DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate (Nov 2004). Do not leave Blank or state FTA Compliant. If no country / place of manufacture is entered on DFARS 252.225-7000, the bid will be evaluated, as a foreign non-qualifying country per DFARS 225.502 (c) (I) (E). □DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services –Representation (Dec 2019) □DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Dec 2019)
EVALUATION FOR AWARD The Government will award on the basis of price, unless the Contracting Officer is aware of past performance information related to the low price bid/quote/offer which indicates that quote/offer may not represent best value. In that case, the Government reserves the right to consider the past performance of other bids/quotes/offers, conduct a price past performance tradeoff, and award to the other than the lowest price bid/quote/offer. Award of the Purchase Order resulting from this Request for Quote (RFQ) Auction will be made to the responsible vendor whose submission/bid (quote) is in full compliance with all the other requirements set forth in the RFQ/Reverse Auction Buy Terms and all applicable Amendments will be awarded the Purchase Order. The Government reserves the right to judge which submissions show the required capability.
SALIENT CHARACTERISTICS This requirement is listed as Brand Name or Equal. “Or equal” quotes are invited and encouraged; however, they must meet the following salient characteristics. Failure to meet the salient characteristics means an "or equal" quote is considered unacceptable and is therefore ineligible for award. Award will be made to the lowest priced brand name, "or equal" quote. All Sellers must complete Salient Characteristics Product Matrix to be considered on attached SF1449 N0018921QG082
NAICS The NAICS code is 332999 and the Small Business Standard is 100%.
FOB Destination FAR 52.247-34, F.o.b. Destination applies
ACCESS TO GOVERNMENT FACILITIES Government facilities will be made available to the vendor. Scheduling and access to facility will be coordinated through the GTPOC. "Commander, Navy Installations Command (CNIC), has established the Navy Commercial Access Control System (NCACS), a standardized process for granting unescorted access privileges to vendors, contractors, suppliers and Service providers not otherwise entitled to the issuance of a Common Access Card (CAC) who seek access to and Can provide justification to enter Navy installations and facilities. Visiting vendors may obtain daily passes directly From the individual Navy installations by submitting identification credentials for verification and undergoing a Criminal screening/ background check. Alternatively, if the vendor so chooses, it may voluntarily elect to obtain Long-term credentials through enrollment, registration, background vetting, screening, issuance of credentials, and Electronic validation of credentials at its own cost through one of the designated independent contractor NCACS Service providers. Credentials will be issued every five years and access privileges will be reviewed and or renewed On an annual basis. The costs incurred to obtain Navy installation access of any kind are not reimbursable, and the Price paid for obtaining long-term NCACS credentials will not be approved as a direct cost of this contract. Further information regarding NCACS can be found at http://cnic.navy.mil/CNIC_HQ_Site/index.htm See "Popular Links"
52.203-18 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS--REPRESENTATION (JAN 2017)
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
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.
52.204-10 52.204-10 Reporting Subcontract Awards.
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
52.223-18 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
252.211-7003 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)
52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (OCT 2020)
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.
ABILITYONE PROGRAM CONTRACT CLOSEOUT SUPPORT NAVSUP Fleet Logistics Center Norfolk, Groton Contracting Office, Code 245.2 may utilize contractor support through the AbilityOne Program, as needed, to perform contract closeout functions for this acquisition. Information, including business sensitive/confidential or proprietary data, that the offeror provides to the Government or information already in the possession of the Government may be viewed and utilized by the AbilityOne Program support contractor personnel during the course of its contract performance. The information that may be made available to the support contractor may include, for example, pricing and technical proposals, historical contract, pricing and performance information, Commercial Asset Visibility (CAV) reporting information and similar data/information. By submission of a proposal in response to this solicitation, the offeror and its subcontractors consent to a release of their business sensitive/confidential or proprietary data to the Government's AbilityOne Program support contractor personnel in order to perform close out services. Prior to the release of any such information to the support contractor, the support contractor will have in place with the Government a Non-Disclosure/Non-Use Agreement in accordance with the terms of the AbilityOne Program support contract. Offerors may execute their own Non-Disclosure Agreement with the AbilityOne Program (AbilityOne contact information available from the contracting point of contact). The support contractor must provide copies of the executed agreements to the Contracting Officer and the Contracting Officer's Representative (COR) for the support contract; and the offeror/contractor for this acquisition must provide copies of the executed Agreement to the Contracting Officer for this acquisition. If the offeror/contractor seeks such a Non-Disclosure Agreement with the AbilityOne Program support contractor, the Agreement must be executed no later than the date of final delivery under the resulting NAVSUP Fleet Logistics Center Norfolk, Groton Contracting Office, Code 245.2 contract.
EXPEDITITNG CONTRACT CLOSEOUT (a) As part of the negotiated fixed price or total estimated amount of this contract, both the Government and the Contractor have agreed to waive any entitlement that otherwise might accrue to either party in any residual dollar amount of $1,000 or less at the time of final contract closeout. The term "residual dollar amount" shall include all money that would otherwise be owed to either party at the end of the contract, except that, amounts connected in any way with taxation, allegations of fraud and/or antitrust violations shall be excluded. For purposes of determining residual dollar amounts, offsets of money owed by one party against money that would otherwise be paid by that party may be considered to the extent permitted by law. (b) This agreement to waive entitlement to residual dollar amounts has been considered by both parties. It is agreed that the administrative costs for either party associated with collecting such small dollar amounts could exceed the amount to be recovered.
AUTHORIZED CHANGES ONLY BY THE CONTRACTING OFFICER (a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicate with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract. (b) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. (c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof.
50.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES--REPRESENTATION (OCT 2020)
52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016)
52.225-18 PLACE OF MANUFACTURE (AUG 2018)
252.204-7016 COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES -- REPRESENTATION (DEC 2019)
252.204-7017 PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES--REPRESENTATION (DEC 2019)
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017
52.204-7 System for Award Management OCT 2018
52.204-13 System for Award Management Maintenance OCT 2018
52.204-16 Commercial and Government Entity Code Reporting AUG 2020
52.204-18 Commercial and Government Entity Code Maintenance AUG 2020
52.204-22 Alternative Line Item Proposal JAN 2017
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. AUG 2020
52.211-6 Brand Name or Equal AUG 1999
52.212-1 Instructions to Offerors--Commercial Items JUN 2020
52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018
52.219-31 Notice of Small Business Reserve MAR 2020
52.232-39 Unenforceability of Unauthorized Obligations JUN 2013
52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013
52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984
52.247-34 F.O.B. Destination NOV 1991
252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013
252.204-7004 Antiterrorism Awareness Training for Contractors. FEB 2019
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2019
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2021
252.211-7008 Use of Government-Assigned Serial Numbers SEP 2010
252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014
252.223-7008 Prohibition of Hexavalent Chromium JUN 2013
252.225-7048 Export-Controlled Items JUN 2013
252.225-7974 Representation Regarding Business Operations with the Maduro Regime (DEVIATION 2020-O0005) FEB 2020
252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration APR 2020
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013
252.244-7000 Subcontracts for Commercial Items JAN 2021
252.246-7008 Sources of Electronic Parts MAY 2018
52.212-5 JAN 2021 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2021)
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (JUN 2020) (31 U.S.C. 6101 note).
52.222-50 Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627).
52.223-20 Aerosols (JUN 2016) (E.O. 13693).
52.223-21 Foams (JUN 2016) (E.O. 13693).
52.219-6 DEVIATION 2020-O00008 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (DEVIATION 2020-O0008) (NOV 2020)
52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999)
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (NOV 2020)
52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (NOV 2020)
252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011)
252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016)
252.204-7019 NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020)
252.204-7020 NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020)

Shipping Information

City State   Zip Code
Groton CT   06340

Seller Attachment(s): Required

See Incorporated Salient Specifications and Instructions to Quoters for details SF1449 N0018921QG082. To include FOB Destination Shipping and Handling to Groton, CT 06349. Sellers must complete bid in accordance with Instructions to Quoters and upload onto Unison Marketplace Reverse Auction Portal complete salient characteristic matrix and all mandatory technical review criteria and signed FAR and DFARS Provisions with lead time to be considered and not disqualified.

Buy Attachment(s)

No. Document Name   Document Size
001 4_02_SF1449_RA_N0018921QG082.pdf   562 KB