To place a bid or register go to Unison Marketplace

View Details for Buy # 1155599_01

View Other Versions: 1155599  1155599_02 

General Buy Information

Buy #: 1155599_01  
Solicitation #: W91151-23-Q-5010_01
Buy Description: OPTION - 1st Air Cavalry Brigade (ACB) Air Filtration System
Category: 44 -- Furnace/steam/drying; Nucl Reactor
Sub Category: 4460 -- Air Purification Equipment
NAICS: 333413 -- Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: Small Business
Buyer: MICC Fort Cavazos
End Date: 09/21/2023
End Time: 13:00 ET
Seller Question Deadline: No Seller Question Deadline Set
Delivery: Period of Performance - See below
Repost Reason: Two updates to the Purchase Description (PD). First is a clarification for 20 foot containers. The PD now reads "The system shall be able to fit into a 20-foot container. This is not limited to one 20-foot container. They system may be broken down and fit into multiple 20-foot containers if necessary."

The second update is on the PD with regard to the dimensions; the height has been adjusted. The PD now reads: "Total size shall fit within 8-10’H x 16-17W’ x 40-41’L for the total size. This facilitates the equipment going inside as well as the constraint of the external facilities."
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) Base

Period of Performance:
Determined at Award
Item No Description Qty Unit
001 Air Filter Replacements 1 Kit
002 User Training IAW Purchase Description 1 Class

Line Item(s) Option 1

Period of Performance:
Determined at Award
Item No Description Qty Unit
001 Air Filter Replacements 1 Kit
002 User Refresher Training 1 Class

Line Item(s) Option 2

Period of Performance:
Determined at Award
Item No Description Qty Unit
001 Air Filter Replacements 1 Kit
002 User Refresher Training 1 Class

Line Item(s) Option 3

Period of Performance:
Determined at Award
Item No Description Qty Unit
001 Air Filter Replacements 1 Kit
002 User Refresher Training 1 Class

Line Item(s) Option 4

Period of Performance:
Determined at Award
Item No Description Qty Unit
001 Air Filter Replacements 1 Kit
002 User Refresher Training 1 Class

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 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.)
Determined at Award
The Buyer is requiring interested Sellers submit Bids with pricing inclusive of all Line Items.

Buy Terms

Name Description
ATTENTION OFFERORS!! In responding to this request for quote, you must provide the manufacturer's name and part numbers AND salient characteristics of the items you are proposing to sell to the Government. Regardless of the terminology used in each RFQ ("Brand Name or Equal", or "meet minimum stated specifications), the information describing what you are offering must be physically written into the seller's bid specification block. Salient characteristics are defined as "pronounced features of an item that identify it describe its size and composition, functional intent, and/or operational capabilities or limits." When researching product capabilities, you must, as a minimum, respond with feature for feature comparisons in order for your product to be technically evaluated for sufficiency. Responses such as "bidding exact match", "as specified", or cutting and pasting the Government's specification information into the seller's bid specification block are not acceptable responses. Offerors who respond in any of the three examples directly above will be eliminated from the competition without consideration of their offer. If you are bidding the same product as is being requested, your seller bid specification should indicate: "Bidding on Manufacturer (Insert Name) and Part Number (Insert Number). If you are bidding on an "or equal" product, your seller bid specification must state: Bidding on Manufacturer (Insert Name) and Part Number (Insert Number), containing the following salient characteristics (insert salient characteristics). Additionally, please provide data or certifications showing that your system can meet the requirements in the purchase description. If your response does not contain all of the required information called out in this notice, your quote will be determined nonresponsive and will not be considered for award.
ACKNOWLEDGEMENT OF RE-POSTINGS (AMENDENTS) REQUIRED The apparent awardee shall acknowledge acceptance of any and all re-postings (amendments), in writing, prior to any award resulting from this solicitation.
NAICS CODE The applicable NAICS code for this procurement is 333413 with the related size standard of 500 employees. The NAICS code identified herein must appear in FAR 52.212-3 "Offeror Representations and Certifications" in SAM and the vendor must be actively registered in that NAICS prior to receipt of quote in order to receive an award. Offeror are reminded that failure to comply “shall render their quote as non-responsive.”
PROTESTING Unison Marketplace BUYS Unison Marketplace is a mechanism used by this office to solicit for common use commercial items in accordance with FAR 13.5. Unison Marketplace is NOT a forum for filing protests against the Government. Attempts to file protests through Unison Marketplace will not be considered legitimate as they do not conform to the requirements in the Federal Acquisition Regulation (FAR). It is preferable that disputes and protests be resolved as quickly as possible at the lowest level possible before considering the more formal process described below. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC, as an Alternate Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. The address for filing a protest directly with AMC is: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil. Packages sent Federal Express or UPS should be addressed to: HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 Ft Belvoir, VA 22060-5527. The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the HQ, AMC to obtain the AMC-Level Protest procedures.
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 52.212-2, Evaluation- Commercial Items; 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/.
Addendum to FAR Clause 52.212-4(a) Inspection/Acceptance The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation; e.g., if a line item on the contract reads - Computer, 10 each, the contractor shall NOT ship 3 computers on one shipment and 7 computers on a second shipment. Failure to adhere to this requirement will result in invoices being rejected in WAWF and/or a delay in payment for non-conforming shipped quantities.
SAM Requirement Company must be registered on System for Award Management (SAM) prior to receipt of quote in order to receive an award. Offeror are reminded that failure to comply “shall render their quote as non-responsive.” If company is not registered in SAM, they may do so by going to SAM web site at www.sam.gov.
SPECIAL FORT CAVAZOS INSTRUCTION-QUOTE CLARIFICATIONS Proposed responders must submit any questions concerning this solicitation before (date), (time), to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered.
Equipment (Supply) requirement New equipment ONLY, NO remanufactured products
Shipping Condition FOB Destination CONUS (CONtinental U.S.)
Period of Acceptance of Offers Bid MUST be good for 90 days, after submission. No partial bids will be accepted.
Combined Synopsis/Solicitation 1. Issue Date: 7 September 2023 Close Date: 21 September 2023, at 12:00 PM (Eastern Standard Time) 2. Contracting Activity: MICC Fort Cavazos 3. Description of Requirement: This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is a small business set aside under NAICS 333413 with a size standard of 500 employees. 4. Request for Quotes (RFQ) NO: W91151-23-Q-5010 This combined synopsis/solicitation is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82, 07 May 2015. SOLICITATION CLOSING DATE: All quotes must be received by 12:00 PM, 21 September 2023 (Eastern Standard Time). Offerors must be registered in the System for Award Management (SAM) (www.sam.gov). Quotations shall be prepared in accordance with FAR 52.212-1, Instructions to Offerors, which is incorporated by reference with the following addendum: 52.212-1 ADDENDUM (Included below in this solicitation). (END OF INSTRUCTIONS) Contractor or Contractor’s Authorized Representative Confirmation: NAME: ____________________________________________________ PHONE: ___________________________________________________ EMAIL: ____________________________________________________ By signing, I hereby acknowledge receipt of solicitation # W91151-23-Q-5010, and affirm the information herewith is true and factual to the best of my knowledge ________________________________________________ (SIGN and DATE) ADDENDUM TO 52.212-1 ADDENDUM TO 52.212-1 Instructions to Offerors FAR Provision 52.212-1 is tailored as follows: The Offeror agrees to hold prices in its offer firm for 90 calendar days from the date specified for receipt of proposals. The NAICS code is 333413 Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing and the size standard is 5000 personnel. The NAICS code shall be on the Offerors System for Award Management profile. https://www.sam.gov before the quote can be accepted. Offerors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, past performance, and technical requirements, in addition to those identified as evaluation factors or subfactor (FAR 52.212-2, Evaluation – Commercial). Failure to meet a requirement may result in an offer being ineligible for award. If the Offeror finds it necessary to take exception to any of the requirements specified in this solicitation, the Offeror shall clearly identify the applicable Volume and exceptions with a complete explanation of why the exception was taken, what benefit accrues to the Government (if any), and its impact, (if any), on the performance, schedule, cost, and specific requirements of the solicitation. Each exception shall be specifically related to each paragraph and/or specific part of the solicitation to which the exception is taken. Offerors are cautioned that taking an exception/assumption may render the offer ineligible for award. A. Proposals Submission and Inquiries. 1. Proposal shall have a cover sheet with the Company/Division name and Solicitation number; organized and submitted electronically prior to the closing date and time identified in the description, to the e-mail addresses below. Electronic submission via e-mail is the only acceptable means to submit proposals. The capacity limit for receipt of files via email is 9MB total file size. If the Offeror is sending the email submission with more than 9MB, then the Offeror shall send the files in separate email submissions. Contracting Officer: Raul Medina, raul.medina45.mil@army.mil Contract Specialist: Steve Naser, steven.j.naser.mil@army.mil 2. Proposal submissions via mail or facsimile will not be accepted. 3. The point of contact responsible for supplying additional information and answering all inquiries is the Contracting Officer via the Contract Specialist. Address all questions or concerns to the Contract Specialist and Contracting Officer. B. General Instructions 1. The selection of a source for award purposes will be conducted using Federal Acquisition Regulation (FAR) Part 13.5, Simplified Procedures for Certain Commercial Products and Commercial Services, as supplemented by the Defense Federal Acquisition Regulations Supplement (DFARS), and the Army Federal Acquisition Regulations Supplement (AFARS). Proposals will be evaluated using the criteria under FAR 52.212-2 Evaluation - Commercial Products and Commercial Services. Noncompliance with the Request for Proposal (RFP) requirements may hamper the Government’s ability to properly evaluate the proposal and may result in elimination of the proposal from further consideration for contract award. 2. The submission of the documentation specified below will constitute the Offeror's acceptance of the terms and conditions of the RFP, concurrence with the Product Description (PD), and contract type. C. Proposal Preparation Instructions Volume I General. Failure to follow the Proposal preparation instructions below may cause your proposal to be deemed unacceptable by the Government. This Volume shall contain the information identified below and organized in the order it is listed: Solicitation, Offer and Award - 1. The offeror shall provide the price listing according the line items on the RFQ. 2. The offeror shall provide information and data as applicable on their proposed solution to ensure it meets the technical requirements in the purchase description. 3. The Offeror shall provide the name, title, email and telephone number of the Company or Division point of contact, regarding decisions made with respect to the proposal, and who can obligate the Company or Division contractually. The Offeror shall also, identify those individuals authorized to negotiate with the Government. The Offeror shall include a statement that all representations and certifications are current, complete, and accurate in the System for Award Management (SAM) as of the date of the proposal submission. The Offeror shall submit only items not already submitted in SAM. ADDENDUM TO 52-212-2 ADDENDUM TO FAR 52.212-2 Evaluation – Commercial Items A. Basis for Award. The Government will select for award the proposal which represents the best value to the Government as described below. Award shall be made to a single Offeror who is deemed responsible in accordance with the FAR, whose proposal conforms to the solicitation requirements, and whose proposal judged by an overall assessment of the evaluation criteria and other considerations specified in this solicitation and represents the best value offer to the Government. The Government reserves the right to choose not to award any contracts if such action is in the Government's best interest. The Government anticipates adequate price competition for this solicitation and will evaluate proposals in accordance with FAR Part 12, and FAR Part 13.106-2, Evaluation of quotations or offers, 13.106-3, Award and Documentation and Instructions indicated in FAR 52.212-1 (Instructions to Offerors – Commercial Products and Commercial Services), and the addendum to FAR 52.212-1. Unbalanced, unreasonably high, inaccurate, or incomplete proposal prices may be grounds for eliminating a proposal from the competition either on the basis that the Offeror does not understand the requirement or that the Offeror has made an unreasonable proposal. Proposals that fail to meet requirements set forth in FAR Clause 52.212-1 and the addendum to FAR 52.212-1 will be rated as unacceptable. B. Award for All the work. The Government intends to award one contract as a result of this solicitation. Offers received for less than the stated number of items listed on the RFQ will be considered ineligible for award. C. Evaluation Criteria: There are two evaluation factors: Factor 1 - Technical Factor 2 – Price Factor 1: Technical – Technical will be assessed on the likelihood that the proposed solution will meet the Government’s technical requirements in the purchase description. The Technical Factor will be rated unacceptable or acceptable per the table below. Table 1 Data Collection and Analysis Plan Acceptable/Unacceptable Ratings Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation. Factor 2: Price - Price will not be scored or rated. The Government will evaluate price using one or more of the price analysis techniques in FAR 15.404-1(b). Through these techniques the Government will determine whether prices are reasonable, complete, and balanced. If only one proposal is received, we shall evaluate IAW FAR 15.403-3/4 & DFARS 215.371-1 to determine price fair & reasonable. Unbalanced Pricing. The Government will evaluate proposals for unbalanced pricing in accordance with FAR 15.404-1(g). Definitions: Reasonableness. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. Completeness/Accuracy. The Offeror’s proposal is in compliance with the Price Volume instructions in the solicitation.

Shipping Information

City State   Zip Code
Fort Cavazos TX   76544

Seller Attachment(s): Required

See combined synopsis solicitation for submission details.

Buy Attachment(s)

No. Document Name   Document Size
001 Air_Filtered_Enclosure_Characteristics_v1_2.pdf   58 KB