To place a bid or register go to Unison Marketplace

View Details for Buy # 1015239

General Buy Information

Buy #: 1015239  
Solicitation #: 0038016S
Buy Description: Dust Cover Cap
Category: 53 -- Hardware and Abrasives
Sub Category: 5340 -- Hardware, Commercial
NAICS: 332510 -- Hardware Manufacturing
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: Small Business
Buyer: ACC - APG Tobyhanna
End Date: 03/02/2020
End Time: 11:00 ET
Seller Question Deadline: 2/26/2020 - 11:00 ET
Delivery: 60 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 The actual close date and time is 03-02-2020 at 9AM eastern. Unison Marketplace does not recognize this time in there format. Please review the attachment COVER, DUST CAP, PN:660-024NF17H5-64 MFG/CAGE:06324 Please quote all or none 52.225-1 Buy American Act Supplies, Method of payment WAWF, Brand Name or equal, delivery in this solicitation is estimated and will be determined the day of award. Partial and early delivery are acceptable. Will accept direct offers to michael.j.clark238.civ@mail.mil THE AWARD WILL BE MADE TO THE RESPONSIBLE VENDOR WHOSE OFFER MEETS TO THE EXACT REQUIREMENTS OF THE SOLICITATION AND IS THE BEST VALUE TO THE GOVERNMENT ON THE BASIS OF PRICE, DELIVERY AND PAST PERFORMANCE. IF BIDDING AN ALTERNATE - DRAWING AND SPECS OF ALTERNATE PARTS MUST BE INCLUDED WITH THE BID FOR REVIEW BY OUR ENGINEERS/END USERS. OUR ENGINEERS/END USERS WILL DETERMINE IF PART MEETS OUR REQUIREMENTS AND APPROVE. IF IT IS DETERMINED THE ALTERNATE DOES NOT MEET OUR REQUIREMENTS THE BID WILL NOT BE CONSIDERED. BIDS SUBMITTED WITHOUT SUFFICIENT SPECS WILL NOT BE CONSIDERED. PLEASE STATE MANUFACTURER NAME WHEN QUOTING 598 EA
002 COVER, DUST CAP Part Number: 660-024NF15H5-60 320 EA
003 COVER, DUST CAP PART NUMBER 660-024NF15H5-62 73 EA

Bidding Requirements

Instructions
In addition to providing pricing through the marketplace, Sellers MUST include certain non-pricing information as document(s) attached to their Bid, so they are received no later than the closing date and time of this Buy. Pricing will not be accepted if it is included in the attachment(s). Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. A Seller's failure to comply with these terms may result in its Bid being determined to be non-responsive. The attachment(s) must include the following non-pricing information: If quoting an equal SPECS/Drawings are required
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.
Sellers understand that the Marketplace ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance.
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) 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.
ORCA INFORMATION EFFECTIVE JAN 2005, all offerors are required to use “Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company.
Delivery Requirement No partial shipments are permitted unless specifically authorized at the time of award.
Commercial Items Terms and Conditions 1 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.
Commercial Items Terms and Conditions 2 The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.209-11 As prescribed in 9.104-7(d), insert the following provision: Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that— (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
Inverted Domestic Corporations 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation. As prescribed in 9.108-5(a), insert the following provision: Prohibition On Contracting With Inverted Domestic Corporations--Representation (Nov 2015) (a) Definitions. “Inverted domestic corporation” and “subsidiary” have the meaning given in the clause of this contract entitled Prohibition on Contracting with Inverted Domestic Corporations (52.209-10). (b) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (c) Representation. The offeror represents that— (1) It [ ] is, [X ] is not an inverted domestic corporation; and (2) It [ ] is, [X] is not a subsidiary of an inverted domestic corporation.
Clauses by reference 52.212-4, 52.219-6, 52.247-34,252.203-7000, 252.203-7002, 252.204-7012, 252.225-7048,252.213-7000, 5152.233-4001
Fill in Clauses 52.212-5, 52.252-2,252.232-7006
CLAUSE 252.213-7000 THE PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM-STATISTICAL REPORTING APPLICATION WILL BE USED IN THE EVALUATION OF SUPPLIERS' PAST PERFORMANCE IN ACCORDANCE WITH DFARS
CLAUSE 52.225-1 Buy American Act Supplies
CLAUSE 252.211-7003 UID over $5000.00 each This is a fill in
Delivery to Tobyhanna Army Depot DELIVERIES TO TOBYHANNA ARMY DEPOT (TYAD) CONTRACTING OFFICER'S INSTRUCTIONS DELIVERIES TO TOBYHANNA ARMY DEPOT (TYAD) This applies to any contract with a ship to DoDAAC of W25G1V or SW310Z Contractors must notify their shipper of the following: Deliveries of W25G1V material going to Central Receiving, ASRS, 1C6, or SW310Z material going to Warehouse 7, Bay 5, need to be scheduled utilizing the Carrier Appointment System (CAS). The carriers must register to use the website. The registration process takes approximately 2-3 weeks. https://eta.sddc.army.mil/ETASSOPortal/default.aspx Appointments can be scheduled 24 hours in advance up to two weeks in advance. Contractors that use UPS and FedEx Small Parcel carriers do not have to schedule their deliveries through CAS. Unscheduled deliveries will be asked to call the Transportation Office at 570-615-7354 to schedule an appointment. Carriers may wait to unload if the schedule permits. Shipping and receiving hours for Tobyhanna Army Depot Central Receiving are from 0730 hours to 1500 hours, Monday thru Friday (except on Federal Holidays). If additional information is needed regarding scheduling deliveries, you can contact John Hopkins 570-615-6030. Shipments being delivered by multi-axle vehicles must enter and exit via the TYAD Truck gate, located on Squire Street. Hours of operation for the Truck gate are M-F 0730 until 1530. The Truck gate is closed on Federal Holidays and weekends. Shipments being delivered by standard sized vehicles not exceeding 10 feet in height can use the Main gate, but must obtain a visitors pass and vehicle pass from the Security Office, Building 20. (In either instance, the driver of the vehicle must be in possession of valid vehicle insurance, registration, driver's license with proper endorsement for the size vehicle they are driving, bill of lading/purchase order that shows the contractor/vendor company name, telephone number, point of contact, type of goods and where the delivery is being made at TYAD.) (End of Note)
52.223-18 “Driving”— (1) Means operating a motor vehicle on an active roadway with the motor running, including while temporarily stationary because of traffic, a traffic light, stop sign, or otherwise. (2) Does not include operating a motor vehicle with or without the motor running when one has pulled over to the side of, or off, an active roadway and has halted in a location where one can safely remain stationary. “Text messaging” means reading from or entering data into any handheld or other electronic device, including for the purpose of short message service texting, e-mailing, instant messaging, obtaining navigational information, or engaging in any other form of electronic data retrieval or electronic data communication. The term does not include glancing at or listening to a navigational device that is secured in a commercially designed holder affixed to the vehicle, provided that the destination and route are programmed into the device either before driving or while stopped in a location off the roadway where it is safe and legal to park. (b) This clause implements Executive Order 13513, Federal Leadership on Reducing Text Messaging while Driving, dated October 1, 2009. (c) The Contractor is encouraged to— (1) Adopt and enforce policies that ban text messaging while driving— (i) Company-owned or -rented vehicles or Government-owned vehicles; or (ii) Privately-owned vehicles when on official Government business or when performing any work for or on behalf of the Government. (2) Conduct initiatives in a manner commensurate with the size of the business, such as— (i) Establishment of new rules and programs or re-evaluation of existing programs to prohibit text messaging while driving; and (ii) Education, awareness, and other outreach to employees about the safety risks associated with texting while driving. (d) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (d), in all subcontracts that exceed the micro-purchase threshold.
Basis for award THE AWARD WILL BE BASED ON PRICE. NOTE- IF UNABLE TO MEET THE MINIMUM REQUIRED DELIVERY DATE BID WILL NOT BE CONSIDERED
BIDDING AN ALTERNATE **IF BIDDING AN ALTERNATE - DRAWING AND SPECS OF ALTERNATE PARTS *MUST* BE INCLUDED WITH THE BID FOR REVIEW BY OUR ENGINEERS/END USERS. OUR ENGINEERS/END USERS WILL DETERMINE IF PART MEETS OUR REQUIREMENTS AND APPROVE. IF IT IS DETERMINED THE ALTERNATE DOES NOT MEET OUR REQUIREMENTS THE BID WILL NOT BE CONSIDERED. BIDS SUBMITTED WITHOUT SUFFICIENT SPECS WILL NOT BE CONSIDERED.

Shipping Information

City State   Zip Code
Tobyhanna PA   18466 - 5079

Seller Attachment(s): Required

The attachment(s) must include the following non-pricing information: If quoting an equal SPECS/Drawings are required

Buy Attachment(s)

No. Document Name   Document Size
001 Solicitation.docx   67 KB