To place a bid or register go to Unison Marketplace

View Details for Buy # 965888

General Buy Information

Buy #: 965888  
Solicitation #: N0010419QX024
Buy Description: INNERSPRING MATTRESS
Category: 71 -- Furniture
Sub Category: 7105 -- Household Furniture
NAICS: 337910 -- Mattress Manufacturing
SAM Contract Opportunity: Yes
Set-Aside Requirement: Small Business
Buyer: WSS - Mechanicsburg
End Date: 05/13/2019
End Time: 16:00 ET
Seller Question Deadline: 5/10/2019 - 11:00 ET
Delivery: 40 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 Description: Mattress, Fire Resistant, Shipboard MSC, per ASTM F1085-03a-Para 5.1, 16 CFR 1632, and 16 CFR 1633, 15 Gauge heat tempered steel coils, 550 coils per mattress, with fire resistant cushioning each side. Size: 28”x80”x8”. Design: Mattresses shall be of an innerspring type design. Neoprene and other foam block mattresses are NOT acceptable. Mattress thickness shall be no less than 8 inches. Innerspring core: Coil springs shall be constructed from minimum 15 Gauge upholstery grade, hard drawn wire. Coil density shall be a minimum of 550 coils per mattress. Cushioning and Insulator Layers: Innerspring unit shall be covered on both sides with a coil support/insulator pad. Upholstery: Each side of the mattress shall be covered, at a minimum, with a single piece 1.2 oz./sq. fire retardant fiber cover. Construction Details: ASTM F1085-03a – Standard Specifications for Mattress and Box Springs for use in Berths of Marine Vessels (Para 5.1 addresses innerspring mattresses) Fire Performance Requirements: Consumer Product Safety Commission Standard for the Flammability of Mattresses and Mattress Pads, FF 4-72 Amended (16 CFR 1632). Consumer Product Safety Commission Standard for the Flammability (Open Flame) of Mattress Sets (16 CFR 1633). Successful testing meeting standards which exceed the above requirements will be considered on a case by case basis prior to award. Complete, passing flammability test reports shall be available for review for each mattress production series proposed. Requirements for record keeping of test results and product labeling shall be IAW the above regulations. The mattress labels shall clearly state that mattresses meet the applicable fire test requirements. 42 EA

Bidding Requirements

Instructions
In addition to providing pricing through the marketplace, Sellers have the OPTION 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 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) should include the following non-pricing information:
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 that either meet or exceed the requested specification. 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.
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. The requirements listed in the Line item description must all be met or exceeded. Offerors are solely responsible for clearly demonstrating to the Government's satisfaction/approval that the items they are offering meet or exceed all the required descriptions/specifications. If not, the government retains the sole discretion to reject the offer.
Offer Period Bid MUST be good for 60 calendar days after close of Buy. NOTE: This is a total small business set-aside. Only offers from qualified small businesses will be accepted. The current System For Award Management (SAM) registrations will be checked to see if offerors certified whether or not they are a small business concern. The government reserves the right to amend the terms/conditions/requirements of the solicitation at any time.
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.
Inspection Condition A kind, count, and condition inspection of the material will occur at destination before Acceptance can occur and invoicing is paid.
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 52.212-3, 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/.
SAM Requirement This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.
FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT (JUL 2013)
52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2017)
FAR 52.204-19 INCORPORATIONS BY REFERENCE OF REPS & CERTS (DEC 2014)
FAR 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2016)
FAR 52.204-21 BASIC SAFEGUARDING BY COVERED CONTRACTOR INFO SYSTEMS (JUN 2016)
FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011)
FAR 52.222-50 COMBATTING TRAFFICKING IN PERSONS (MAR 2015)
FAR 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN - REPRESENTATIONS AND CERTIFICATIONS (OCT 2015)
FAR 52.243-1 CHANGES - FIXED-PRICE (AUG 1987)
FAR 52.246-2 INSPECTION OF SUPPLIES - FIXED-PRICE (AUG 1996)
FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
DFARS 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011)
DFARS 252.203-7998 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2015-O0010) (FEB 2015)
DFARS 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (DEC 2015
DFARS 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (AUG 2015)
DFARS 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)
DFARS 252.215-7007 NOTICE OF INTENT TO RESOLICIT (JUN 2012)
DFARS 252.215-7008 ONLY ONE OFFER (OCT 2013)
DFARS 252.225-7000 BUY AMERICAN—BALANCE OF PAYMENTS PROGRAM CERTIFICATE—BASIC (NOV 2014)
DFARS 252.225-7001 BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM—BASIC (NOV 2014)
DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006)
DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012)
DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)

Shipping Information

City State   Zip Code
Loxley AL   36551 - 0500

Seller Attachment(s): Optional

The attachment(s) could include the following non-pricing information:

Buy Attachment(s)

No. Document Name   Document Size
001 IUID_CLAUSE.pdf   70 KB