To place a bid or register go to Unison Marketplace

View Details for Buy # 1082371_02

View Other Versions: 1082371  1082371_01 

General Buy Information

Buy #: 1082371_02  
Solicitation #: N0060421Q4093
Buy Description: Assorted shipboard items including furniture, canopies, ceremonial recognition display items with custom added graphics of the ship's crest, name, motto, etc
Category: 71 -- Furniture
Sub Category: 7195 -- Miscellaneous Furniture and Fixtures
NAICS: 337127 -- Institutional Furniture Manufacturing
SAM Contract Opportunity: Yes
Set-Aside Requirement: Small Business
Buyer: FLC - Pearl Harbor
End Date: 09/20/2021
End Time: 18:00 ET
Seller Question Deadline: 9/16/2021 - 18:00 ET
Delivery: 120 Day(s) - Required (No. of calendar days after receipt of order (ARO) by which Buyer requires Seller to deliver)
Repost Reason: Revised the My Attachment Requirement section to combine information and resolve a vendor upload issue. Also re-uploaded Attachment 2 due to vendor download issue.
Please Note: Repost Reason is provided as a courtesy only. Sellers are responsible for reviewing and complying with all Buy Specifications regardless of Repost Reason.

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 PODIUM (SPEAKERS LECTUR), in OAK. PODIUM 24 inch L X 24 inch W X 48 inch H OVERALL, with USS HOPPER CMD CREST in color. 12 inch desired overall size of CMD Crest. See Attachment 1 General Pictorial and Graphic Samples. 2 EA
002 Flag Stand, Box and Dome, in OAK. with handles and ships name "USS HOPPER DDG 70", 36 inch L X 18 inch D X 15 inch H overall dimension of stand, Font height 3.5 inch in Gold color. See Attachment 1 for General Pictorial and Graphic Samples. 1 EA
003 CEREMONIAL BULLETS. BULLETS - 36 INCH HIGH, OAK TIPS AND BOTTOM CHROME CENTER. See Attachment 1 for General Pictorial and Graphic Samples. 4 EA
004 Brow Skirt, Navy blue, for DESRON 31. DESRON 31 crest on the left, "USS HOPPER (DDG 70)", centered in white color font, USS HOPPER crest on the right. SWO pin, "KE KOA O KE KAI", white color font, ESWS pin, Overall size of Brow Skirt, 240 inches x 36 inches, Font Top line 9.5 inch, Bottom line 8.5 inch, Crests 27 inch height. Holes for mounting, 11 mounting holes across top and bottom of banner. Holes are small with metal inserts to prevent ripping. Opening of mounting hole is approximately 0.5 inch diameter. See Attachment 1 for General Pictorial and Graphic Samples. 2 EA
005 Brow Skirt, Navy blue, for USS HOPPER. USS HOPPER Crest on the left, "USS HOPPER (DDG 70)" centered in white color font, and if possible, the lion from the middle of our crest on the right. If not another crest will be fine. USS HOPPER DDG 70, in white color font, SWO pin, "Dare and Do", white color font, ESWS pin, Overall size of Brow Skirt, 240 inches x 36 inches. Top line text 9.5 inch. Bottom line 8.5 inch. Lion Crest 2 inch height. SWO-ESWS 8 inch height. Holes for mounting, 11 mounting holes across top and bottom of banner. Holes are small with metal inserts to prevent ripping. Opening of mounting hole is approximately 0.5 inch diameter. See Attachment 1 for General Pictorial and Graphic Samples. 2 EA
006 BELLSTAND, BOX AND TRESTLE, IN OAK WITH USS HOPPER COMMAND CREST TO INCLUDE LIONS ON BOTH SIDES. CMD Crest 12 inch, overall desired dimension of bell stand is between 56 inch H x 22 inch W x 22 inch D, and 56 inch H x 22 inch W x 26 inch D. NOTE - Bell Not included for this item. See Attachment 1 for General Pictorial and Graphic Samples. 1 EA
007 KISBEE, 56 inch H, in OAK, WITH BRASS LANTERN AND LIFE RING with "USS HOPPER" and a lion (see attached) on each side. 1.5 inch lettering, brass color. See Attachment 1 for General Pictorial and Graphic Samples. 1 EA
008 10 foot x 10 foot canopies, blue. "DARE AND DO", in White, 5 inch font. Large USS Hopper crest on top. Crest and motto to be printed on one side of canopy. Pole assembly type frame. See Attachment 1 for General Pictorial and Graphic Samples. 4 EA
009 COMMAND PHOTO BOARD, H frame easel. 48 inch H x 36 inch W overall dimension. From Top of the Board, Arc and in Gold Lettering to read "USS HOPPER (DDG 70)" - in 3 inch gold lettering, SWO and ESWS pins on both sides. Triad Photos for XO, CO, CMC will be 8 inch x 11 inch. Ship crest on the center. "DEPARTMENT HEADS" in gold 1 inch lettering, 6 frames on a row will be 5 inch x 7 inch. "DEPARTMENTAL LCPO'S" - in gold 1 inch lettering, 6 Frames on a row will be 5 inch x 7 inch. Motto below the frames to read, "DARE AND DO" - in 2 inch gold lettering. See Attachment 1 for General Pictorial and Graphic Samples. 1 EA
010 Interlocking Vinyl mats with hopper crest. 5 foot x 7 foot, background color, gray. outside frame color, blue. See Attachment 1 for General Pictorial and Graphic Samples. 2 EA
011 Plaques, Standard in oak, overall desired dimensions between 7 3/4 inch x 10 inch, and 6 inch x 12 inch, with USS HOPPER crest 1 inch offset towards the top of the plaque so we may custom engrave placards at the bottom for award purposes. Crest length should be 3.5 inch 20 EA
012 Sailor's Corner Board, overall dimension of board 48 inch H x 36 inch W (similar design to the COMMAND PHOTO BOARD, but no easel required). First Line - "USS HOPPER DDG 70" (Centered). Second Line - "Amazing Grace" (Centered). Third Line - USS HOPPER Ship Crest - Sailor's Creed - Ship Crest. Fourth Line - "Senior Sailor of the Year", "Sailor of the Year", "Junior Sailor of the Year", "Bluejacket of the Year" (All capital Letter). Fifth Line - "Senior Sailor of the Quarter", "Sailor of the Quarter", "Junior Sailor of the Quarter", "Bluejacket of the Quarter" (All capital Letter). Sixth Line - "Dare and Do" (Centered). Lines 1, 2 and 6, font should be 2 inch, white color. Line 3, the total height of the Sailor's Creed section should be 10 inch, white color. Lines 4 and 5, should be 1 inch lettering, white color. Sailor's Creed, "I am a United States Sailor. I will support and defend the Constitution of the United States of America and I will obey the orders of those appointed over me. I represent the fighting spirit of the Navy and those who have gone before me to defend freedom and democracy around the world. I proudly serve my country's Navy combat team with Honor, Courage and Commitment. I am committed to excellence and the fair treatment of all." All frames size, 5 inch x 7 inch 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 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.)

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
52.204-10 52.204-10: Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 52.204-13: SAM Maintenance
52.209-6 52.209-6: Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.212-1 52.212-1: Instructions to Offerors -- Commercial Items
52.212-3 & Alt I 52.212-3 & Alt I: Offeror Representations and Certifications -- Commercial Items
52.212-4 52.212-4: Contract Terms and Conditions--Commercial Items
52.212-5 52.212-5: Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items
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 CD 2020-O0019 52.222-19 CD 2020-O0019: 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
52.222-36 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
52.225-13 52.225-13: Restriction on Certain Foreign Purchases
52.232-33 52.232-33: Payment by Electronic Funds Transfer - SAM
52.232-39 52.232-39: Unenforceability of Unauthorized Obligations
52.232-40 52.232-40: Providing Accelerated Payments to Small Business Subcontractors
52.247-34 52.247-34: FOB Destination
52.252-1 52.252-1: Solicitation Provisions Incorporated by Reference
52.252-2 52.252-2: Clauses Incorporated by Reference
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
252.204-7015 252.204-7015: Disclosure of Information to Litigation Support Contractors
252.211-7003 252.211-7003 : Item Unique Identification and Valuation
252.223-7008 252.223-7008: Prohibition of Hexavalent Chromium
252.225-7001 252.225-7001: Buy American Act & Balance of Payments Program
252.225-7048 252.225-7048: Export- Controlled Items
252.232-7003 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 252.232-7006: Wide Area Workflow Payment Instructions
252.232-7010 252.232-7010: Levies on Contract Payments
252.244-7000 252.244-7000: Subcontracts for Commercial Items
252.247-7023 252.247-7023: Transportation of Supplies by Sea
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.
52.233-3 Protests after Award
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.233-4 Applicable Law for Breach of Contract Claim
52.252-5 Authorized Deviations in Provisions
52.252-6 Authorized Deviations in Clauses
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
252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015)
252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation. (DEVIATION 2020-O0015)
52.232-36 52.232-36: Payment by Third Party
252.204-7008 252.204-7008: Compliance with Safeguarding Covered Defense Information Controls
252.204-7019 252.204-7019: Notice of NIST SP 800-171 DoD Assessment Requirements
252.204-7020 252.204-7020: NIST SP 800-171 DoD Assessment Requirements
252.213-7000 252.213-7000: Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations
252.225-7012 252.225-7012: Preference for Certain Domestic Commodities
252.225-7974 CD 2020-O0005 252.225-7974 CD 2020-O0005: Representation Regarding Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005)
252.204-7012 252.204-7012: Safeguarding of Unclassified Controlled Technical Information
DELIVER TO ADDRESS USS HOPPER ATTN SUPPLY OFFICER DLA RECEIVING OFFICE 2000 GAFFNEY ST BLDG 1900 PEARL HARBOR, HI 96860-4518

Shipping Information

City State   Zip Code
PEARL HARBOR HI   96860 - 4518

Seller Attachment(s): Required

Complete the attached FAR 52.212-3 Reps and Certs Alt1 form and return with your quote. If your Reps and Certs are current in the System for Award Management (SAM) please complete only paragraph b. Also complete attached FAR clauses 52.204-24 and 52.204-26 and return with your quote.
Customer confirmation for final layout (design, colors, size of designs and lettering, etc.) is required prior to the successful vendor starting production. Quoters who do not submit required information (forms, brochures/specifications may be deemed non-responsive. Sellers are REQUIRED to 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 in attachments is not permitted. Submitting a quote for an item confirms vendor is capable to provide as described, including custom graphics described, and vendor takes no exception to the items list.

Buy Attachment(s)

No. Document Name   Document Size
001 Attachment_3_-_FAR_52_212-3_and_its_ALT_I.pdf   257 KB
002 Attachment_1_-_General_Pictorial_and_Graphic_Samples.pptx   653 KB
003 Attachment_2_-_FAR_clauses_52_204-24_and_52_204-26.pdf   213 KB