To place a bid or register go to Unison Marketplace

View Details for Buy # 1201086

General Buy Information

Buy #: 1201086  
Solicitation #: 52100Q250000397
Buy Description: OPTION - GENERATOR MAINTENANCE AND TESTING SERVICES for STA Fort Macon, Atlantic Beach, NC
Category: 61 -- Electric Wire, and Power and Distribution Equipment
Sub Category: 6115 -- Generators and Generator Sets, Electrical
NAICS: 811310 -- Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
SAM Contract Opportunity: Yes
Set-Aside Requirement: Small Business
Buyer: USCG LOG-9
End Date: 09/12/2025
End Time: 17:00 ET
Seller Question Deadline: 9/9/2025 - 17:00 ET
Delivery: Period of Performance - See below

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

Base Period of Performance: 09/30/2025 - 09/29/2026
Item No Description Qty Unit
001 Generator PM Services: STA Fort Macon Multi-Mission Building 2 EA
002 STA Ft. Macon Corrective Service Hours 20 HR
003 STA Ft. Macon Corrective Repair Parts **Not To Exceed (NTE) $5,000 per contract year** 1 EA
004 STA Ft. Macon Annual Fuel Polishing Service (510 gal) 1 EA

Line Item(s) Option 1

Option 1 Period of Performance: 09/30/2026 - 09/29/2027
Item No Description Qty Unit
001 Generator PM Services: STA Fort Macon Multi-Mission Building 2 EA
002 STA Ft. Macon Corrective Service Hours 20 HR
003 STA Ft. Macon Corrective Repair Parts **Not To Exceed (NTE) $5,000 per contract year** 1 EA
004 STA Ft. Macon Annual Fuel Polishing Service (510 gal) 1 EA

Line Item(s) Option 2

Option 2 Period of Performance: 09/30/2027 - 09/29/2028
Item No Description Qty Unit
001 Generator PM Services: STA Fort Macon Multi-Mission Building 2 EA
002 STA Ft. Macon Corrective Service Hours 20 HR
003 STA Ft. Macon Corrective Repair Parts **Not To Exceed (NTE) $5,000 per contract year** 1 EA
004 STA Ft. Macon Annual Fuel Polishing Service (510 gal) 1 EA

Line Item(s) Option 3

Option 3 Period of Performance: 09/30/2028 - 09/29/2029
Item No Description Qty Unit
001 Generator PM Services: STA Fort Macon Multi-Mission Building 2 EA
002 STA Ft. Macon Corrective Service Hours 20 HR
003 STA Ft. Macon Corrective Repair Parts **Not To Exceed (NTE) $5,000 per contract year** 1 EA
004 STA Ft. Macon Annual Fuel Polishing Service (510 gal) 1 EA

Line Item(s) Option 4

Option 4 Period of Performance: 09/30/2029 - 09/29/2030
Item No Description Qty Unit
001 Generator PM Services: STA Fort Macon Multi-Mission Building 2 EA
002 STA Ft. Macon Corrective Service Hours 20 HR
003 STA Ft. Macon Corrective Repair Parts **Not To Exceed (NTE) $5,000 per contract year** 1 EA
004 STA Ft. Macon Annual Fuel Polishing Service (510 gal) 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.)
Base:09/30/2025 - 09/29/2026
Option 1:09/30/2026 - 09/29/2027
Option 2:09/30/2027 - 09/29/2028
Option 3:09/30/2028 - 09/29/2029
Option 4:09/30/2029 - 09/29/2030
The Buyer is requiring interested Sellers submit Bids with pricing inclusive of all Line Items.

Buy Terms

Name Description
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.
Commercial Items Terms and Conditions Continued 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 http://www.acqnet.gov/far.
Supplemental Bid Information In addition to providing pricing at www.unisonmarketplace.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to marketplacesupport@unisonglobal.com.
52.217-7 OPTION FOR INCREASED QUANTITY-SEPARATELY PRICED LINE ITEM. (DEVIATION 24-05) (AUG 2024) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 10 Day's [insert in the clause the period of time in which the Contracting Officer has to exercise the option]. [For services, this shall be no less than 10 calendar days before services commence]. [For supplies, delivery] Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. [Performance of added services shall comply with the requirements identified in the Schedule.] (End of clause)
52.217-10 Reverse Auction As prescribed in 17.805(a), insert the following provision: Reverse Auction (Aug 2024) (a) Definitions. As used in this provision— Reverse auction means the process for obtaining pricing, usually supported by an electronic tool, in which offerors see competing offerors' price(s), without disclosure of the competing offerors' identity, and have the opportunity to submit lower priced offers until the close of the auction. Reverse auction service provider means a commercial or Government entity that provides a means for conducting reverse auctions when acquiring supplies or services to be used by the Government. (b) Reverse auction. The Government intends to conduct a reverse auction under this solicitation to award a contract or blanket purchase agreement. (c) Offeror agreement. By submission of a quote or proposal in response to the solicitation, the Offeror agrees to participate in the reverse auction and agrees that the Government may reveal to all Offerors the offered price(s) in the auction, without revealing any Offeror's identity, except for the awardee's identity subsequent to an award resulting from the auction. The Offeror may withdraw its agreement to further participate in the process by withdrawing its offer before the close of the auction by notifying the Contracting Officer via the contact method identified in the solicitation. (d) Only one offer. If the reverse auction produces only one offer, the Government reserves the right to cancel the auction. (e) Release of information. The Government may use a reverse auction service provider to conduct the reverse auction. Any price or proposal information or source selection information received by the reverse auction service provider in relation to the reverse auction shall not be released, outside of the Government, unless otherwise required by law. However, this does not prevent the Government from revealing to all Offerors the offered price(s) in the auction, without revealing any Offeror's identity. Price or proposal information includes, but is not limited to— (1) Contractor bid or proposal information, as defined at Federal Acquisition Regulation 3.104-1; and (2) Information identified by the Offeror as restricted from duplication, use, or disclosure—in whole or in part—for any purpose other than to evaluate the Offeror's price or proposal. (End of provision)
FAR 52.217-11, Reverse Auction-Orders Reverse Auction—Orders. As prescribed in 17.805(b), insert the following clause: (a) Definitions. As used in this clause— Reverse auction means the process for obtaining pricing, usually supported by an electronic tool, in which offerors see competing offerors' price(s), without disclosure of the competing offerors' identity, and have the opportunity to submit lower priced offers until the close of the auction. Reverse auction service provider means a commercial or Government entity that provides a means for conducting reverse auctions when acquiring supplies or services to be used by the Government. (b) Reverse auction. The Contracting Officer may conduct a reverse auction to award an order under this contract or blanket purchase agreement. (c) Contractor agreement. When a reverse auction is conducted under this contract or blanket purchase agreement, the following applies: (1) The Contractor's or blanket purchase agreement holder's submission of a quote or proposal in response to the solicitation for an order constitutes agreement to participate in the auction. (2) The Contractor agrees that the Government may reveal to all Offerors the offered price(s) in the auction, without revealing any Offerors' identity, except for the awardee's identity subsequent to an award resulting from the auction. (3) The Contractor or blanket purchase agreement holder may withdraw its agreement to further participate in the reverse auction by withdrawing its offer. To withdraw an offer made in response to a reverse auction solicitation issued under this contract or blanket purchase agreement, the Contractor or blanket purchase agreement holder shall notify the Contracting Officer of the request before the close of the auction via the contact method identified in the solicitation. (4) If the reverse auction produces only one offer, the Government reserves the right to cancel the auction. (d) Release of information. The Government may use a reverse auction service provider to conduct the reverse auction. Any price or proposal information or source selection information received by the reverse auction service provider in relation to the reverse auction shall not be released, outside of the Government, unless otherwise required by law. However, this does not prevent the Government from revealing to all Contractors or blanket purchase agreement holders the offered price(s) in the auction, without revealing any Contractor or blanket purchase agreement holder's identity. Price or proposal information includes, but is not limited to— (1) Contractor bid or proposal information, as defined at Federal Acquisition Regulation 3.104-1; (2) Price or proposal information similarly generated for a task order or delivery order or an order under a blanket purchase agreement; and (3) Information identified by the Contractor or blanket purchase agreement holder as restricted from duplication, use, or disclosure—in whole or in part—for any purpose other than to evaluate the Contractor or blanket purchase agreement holder's price or proposal. (End of clause)
Pricing Instructions Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the
Offer Period Bid MUST be good for 90 calendar days after close of Buy.
Q&A Instructions Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable).
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 completedcopy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and ConditionsRequired 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/.
IPP Clause In accordance with the IPP clause; ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (JAN 2016), payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). The Contractor must use IPP for contracts and orders awarded April 11, 2016 or later. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https:// www.ipp.gov. Contractor assistance with IPP enrollment can be obtained by contacting IPPCustomerSupport@fms.treas.gov 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 office
DHS FAR Class Deviation 20-07 Please refer to https://www.dhs.gov/publication/current-far-deviations for additional information regarding the following FAR Class Deviations 20-07. 52.204-8 Annual Representations and Certifications (DEVIATION 20-07); 52.222-19 Child Labor—Cooperation with Authorities and Remedies. (DEVIATION 20-07); 52.225-3 Buy American— Free Trade Agreements—Israeli Trade Act (DEVIATION 20-07); 52.225-4 Buy American—Free Trade Agreement—Israeli Trade Act Certificate (DEVIATION 20-07); 52.225-5 Trade Agreements (DEVIATION 20-07); 52.225-11 Buy American—Construction Materials Under Trade Agreements (DEVIATION 20-07); and 52.225-23 Required Use of American Iron, Steel, and Manufactured Goods—Buy American Statute—Construction Materials Under Trade Agreements (DEVIATION 20-07).

Shipping Information

City State   Zip Code
Atlantic Beach NC   28512

Seller Attachment(s): Required

Technical Capability and Understanding: The Government will evaluate the offeror's ability and method/approach to providing all the requirements in the PWS as identified in their technical section/proposal. Technical will be rated as to the extent the offeror can clearly and fully demonstrate that it has a thorough understanding of the requirements and can successfully provide the requirements. Offerors that cannot specifically address their ability and method/approach to providing all the requirements in the PWS or that do not submit a Technical Section with their offer maybe rejected without further consideration. Offerors shall address their proposed method for accomplishing all the tasks outlined in the PWS and a well thought-out approach that is likely to yield the required results within the required time frame, in addition to their overall understanding of the requirements.

Buy Attachment(s)

No. Document Name   Document Size
001 Clauses_Provisions.pdf   285 KB
002 PERFORMANCE_WORK_STATEMENT_PWS_Atlantic_Beach_Generator.pdf   599 KB
003 Combined_Synopsis-Solicitation_PM_Atlantic_Beach_Generator.pdf   84 KB
004 Wage_Determinations_7_8_2025__2015-4401.pdf   48 KB