To place a bid or register go to Unison Marketplace

View Details for Buy # 1146451

View Other Versions: 1146451_01 

General Buy Information

Buy #: 1146451  
Solicitation #: N6247823RCF0005
Buy Description: Pioneer Pump, Volute, Ductile Iron 18"
Category: 43 -- Pumps and Compressors
Sub Category: 4320 -- Power and Hand Pumps
NAICS: 333914 -- Measuring, Dispensing, and Other Pumping Equipment Manufacturing
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: Small Business
Buyer: FLC - Pearl Harbor
End Date: 08/07/2023
End Time: 11:00 ET
Seller Question Deadline: 7/31/2023 - 16:00 ET
Delivery: 45 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 BRAND NAME ONLY: Pioneer Pump, Volute, Ductile Iron, 18" [Part Number: 110043614] 1 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 requests that Sellers bid only the Brand Name and part number provided (exact make, model, part number and/or description). This means that bids containing substitutions will be viewed as UNACCEPTABLE. If you are not able to deliver the line item as requested, DO NOT BID. Please direct any questions to the Buyer through our 'Submit a Question' button.
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, delivery order, or purchase card. If utilizing a purchase card, Buyer will communicate account information to Selected Seller outside of the Marketplace.
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 is requiring interested Sellers submit Bids with pricing inclusive of all Line Items.

Buy Terms

Name Description
Equipment Condition Equipment Condition: New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
No partial shipments allowed No partial shipments allowed: No partial shipments are permitted unless specifically authorized at the time of award.
Offer period Offer period: Bid MUST be good for 30 calendar days after close of Buy.
FAR Site FAR Site: The full text of the referenced FAR clauses/provisions may be accessed electronically at https://www.acquisition.gov/?q=browsefar
DFARS Site DFARS Site: The full text of the referenced DFARS clauses/provisions may be accessed electronically at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/
SAM Registration SAM Registration: All offerors are required to have an active registration in System for Award Management (SAM) to respond to federal solicitations. To register in SAM, please go to https://www.sam.gov/. Any active or inactive exclusions in SAM may preclude an award being made to your company.
52.204-7 52.204-7: System for Award Management
52.204-13 52.204-13: SAM Maintenance
52.204-16 52.204-16: Commercial and Government Entity Code Reporting
52.204-17 52.204-17: Ownership or Control of Offeror
52.204-18 52.204-18: Commercial and Government Entity Code Maintenance
52.204-20 52.204-20: Predecessor of Offeror
52.204-23 52.204-23: Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.204-24 52.204-24: Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-25 52.204-25: Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment
52.204-26 52.204-26: Covered Telecommunications Equipment or Services--Representation
52.204-27 52.204-27: Prohibition on a ByteDance Covered Application
52.209-10 52.209-10: Prohibition on Contracting with Inverted Domestic Corporations
52.212-1 52.212-1: Instructions to Offerors—Commercial Products and Commercial Services
52.212-3 52.212-3: Offeror Representations and Certifications—Commercial Products and Commercial Services--Alternate I
52.212-4 52.212-4: Contract Terms and Conditions—Commercial Products and Commercial Services
52.212-5 52.212-5: Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services
52.219-6 52.219-6: Notice of Total Small Business Set-Aside
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
52.222-25 52.222-25: Affirmative Action Compliance
52.222-26 52.222-26: Equal Opportunity
52.222-36 52.222-36: Equal Opportunity for Workers with Disabilities
52.222-50 52.222-50: Combating Trafficking in Persons
52.223-18 52.223-18: Encouraging Contractor Policies to Ban Text Messaging While Driving
52.223-22 52.223-22: Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation
52.225-13 52.225-13: Restrictions on Certain Foreign Purchases
52.232-36 52.232-36: Payment by Third Party
52.232-39 52.232-39: Unenforceability of Unauthorized Obligations
52.232-40 52.232-40: Providing Accelerated Payments to Small Business Subcontractors
52.233-3 52.233-3: Protest after Award
52.233-4 52.233-4: Applicable Law for Breach of Contract Claim
52.252-6 52.252-6: Authorized Deviations in Clauses
252.203-7000 252.203-7000: Requirements Relating to Compensation of Former DoD Officials
252.203-7002 252.203-7002: Requirement to Inform Employees of Whistleblower Rights
252.203-7005 252.203-7005: Representation Relating to Compensation of Former DoD Officials
252.204-7003 252.204-7003: Control of Government Personnel Work Product
252.204-7012 252.204-7012: Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015 252.204-7015: Notice of Authorized Disclosure of Information for Litigation Support
252.204-7016 252.204-7016: Covered Defense Telecommunications Equipment or Services--Representation
252.204-7017 252.204-7017: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation
252.204-7018 252.204-7018: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.204-7020 252.204-7020: NIST SP 800-171 DoD Assessment Requirements.
252.211-7003 252.211-7003: Item Unique Identification and Valuation
252.211-7008 252.211-7008: Use of Government-Assigned Serial Numbers
252.223-7008 252.223-7008: Prohibition of Hexavalent Chromium
252.225-7001 252.225-7001: Buy American and Balance of Payments Program--Basic
252.225-7012 252.225-7012: Preference for Certain Domestic Commodities
252.225-7055 252.225-7055: Representation Regarding Business Operations with the Maduro Regime
252.225-7056 252.225-7056: Prohibition Regarding Business Operations with the Maduro Regime
252.225-7972 252.225-7972: Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015)
252.225-7973 252.225-7973: Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation. (DEVIATION 2020-O0015)
252.232-7003 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports
252.232-7010 252.232-7010: Levies on Contract Payments
252.244-7000 252.244-7000: Subcontracts for Commercial Products and Commercial Services
252.246-7003 252.246-7003: Notification of Potential Safety Issues
252.246-7004 252.246-7004: Safety of Facilities, Infrastructure, and Equipment for Military Operations
252.247-7023 252.247-7023: Transportation of Supplies by Sea--Basic

Shipping Information

City State   Zip Code
Pearl Harbor HI   96860

Seller Attachment(s): Required

The two attachments below SHALL be completed and returned along with the vendo's quote: a)Attachment 1 - FAR 52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) b)Attachment 2 - FAR 52.212-3 Alt 1 - Offeror Representations and Certifications—Commercial Products and Commercial Services Alternate I (NOV 2021)

Buy Attachment(s)

No. Document Name   Document Size
001 ATT_2_FAR_52_212_3.pdf   460 KB
002 Redacted_Brand_Name_Justification.pdf   566 KB
003 ATT_1_FAR_52_204_24.pdf   302 KB