To place a bid or register go to Unison Marketplace

View Details for Buy # 1170628_03

View Other Versions: 1170628  1170628_01  1170628_02 

General Buy Information

Buy #: 1170628_03  
Solicitation #: 140G0224Q0091
Buy Description: Raised Data Center-Replacement Floor Panels
Category: 72 -- Household and Commercial Furnishings and Appliances
Sub Category: 7220 -- Floor Coverings
NAICS: 321918 -- Other Millwork (including Flooring)
SAM Contract Opportunity: No (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: Small Business
Buyer: US Geological Survey
End Date: 05/15/2024
End Time: 17:00 ET
Seller Question Deadline: 5/14/2024 - 11:00 ET
Delivery: 30 Day(s) - Preferred (No. of calendar days after receipt of order (ARO) by which Buyer prefers Seller to deliver)
Repost Reason: No Repost Reason provided.
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 Computer Environments Inc (CEI) Model #GR-112 Finished top surface measurement is 23.995” by 23.995” Wood core panels, equipped in accordance with the Attachment 1 Brand Name Specifications: Brand Name or Equal to the Attachment 2 Brand Name Salient Characteristics. 359 EA
002 CEI model # GG-708 HPL06Z2ST61B Finished top surface measurement is 23.995” by 23.995” Perforated steel frame panel: equipped in accordance with the Attachment 1 Brand Name Specifications: Brand Name or Equal to the Attachment 2 Brand Name Salient Characteristics. 10 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 may perform a comparative evaluation (comparing offers to each other) to select the contractor that is best suited and provides the best value, considering the evaluation factors in this solicitation. Bid Packages submitted in response to this Unison/Marketplace Buy will be evaluated for non-price merit in two steps: Step 1. Bid Packages will be determined technically acceptable; and Step 2. Bid Packages that pass Step 1 will be further evaluated for Best Value to the Government based upon the following non-price or non-cost factors, which are in descending order of value/importance: Factor (A) Technical Performance of the Products/Services; and, Factor (B) Contractor Past Performance. In determining which bid package offers the greatest value or advantage to the Government, overall non-price merit will be considered more important than price or cost.
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.
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 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.
Delivery Requirement The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. No partial shipments are permitted unless specifically authorized at the time of award.
FARSite The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
DATABASE REGISTRATION REQUIREMENTS A seller must have a current registration in the following databases to receive this award: 1. SAM Requirement The USGS requires registration with the System for Award Management prior to receipt of order. Information can be found at www.sam.gov. 2. IPP Requirement Electronic Invoicing and Payment Requirements - Internet Payment Platform (lPP) (September 2011) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Internet Payment Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: A copy of the Contractor’s internally generated invoice The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation.
COMMERCIAL TERMS & CONDITIONS The selected seller must comply with the attached Clauses and Provisions for commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to vendors - Commercial Items, applies to this acquisition; FAR 52.212-3, Vendor Representations and Certifications - Commercial Items - the selected vendor 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 attached Clauses and Provisions. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
BRAND NAME OR EQUAL TERMS FAR CLAUSE 52.211-6 BRAND NAME OR EQUAL incorporated by Reference.
Manufacturer/ Federally Authorized Distributor To be considered for award, all Sellers must be manufacturer/ Federally authorized distributors of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the time frames specified by the Buyer on the award. Sellers may be required to provide documentation as proof of authorization to be considered for award.

Shipping Information

City State   Zip Code
KIRTLAND AFB NM   87117

Seller Attachment(s): Required

Step 1, Sellers shall provide documentation that readily shows that the offered products/services meet or exceed the Attachment 2 Brand Name Salient Characteristics.
Step 2, Non-Price Factor (A) Technical Performance of the Products/Services: Sellers must provide a narrative and manufacturer brochures, not to exceed five (5) pages, describing their offered product(s)/services capabilities meet or exceed the Government’s quality standards as described.
Step 2, Non-Price Factor (B) Contractor Past Performance: Sellers shall submit not less than two references for same or similar products/services delivered/performed during the past three years. Each reference shall include: the company or agency name, address, contract or order number, point(s) of contract phone number and email address(es).

Buy Attachment(s)

No. Document Name   Document Size
001 B09_Brand_Name_Salient_Characteristics_rev_1.docx   1,686 KB
002 B09_Brand_Name_Specifications_rev_1.docx   34 KB
003 B08_Attch_3_Basis_for_Award_by_2_Step_Comparative_Evaluation.doc   62 KB
004 B08_Commercial_Clauses_and_Provisions.rtf   321 KB
005 B09_Attch_4_Answer_to_Question_01.docx   890 KB