General Buy Information
| Buy #: | 1207974 | |
|---|---|---|
| Solicitation #: | W50S85-26-Q-A019 | |
| Buy Description: | FIRE EXTINGUISHERS | |
| Category: | 42 -- Fire Fighting, Rescue, and Safety Equipment; and Environmental Protection Equipment and Materials | |
| Sub Category: | 4210 -- Fire Fighting Equipment | |
| NAICS: | 333998 -- All Other Miscellaneous General Purpose Machinery Manufacturing | |
| SAM Contract Opportunity: | Yes | |
| Set-Aside Requirement: | Small Business | |
| Buyer: | Michigan Air National Guard Consolidated Contracting (MACC) | |
| End Date: | 05/20/2026 | |
| End Time: | 15:30 ET | |
| Seller Question Deadline: | No Seller Question Deadline Set | |
| Delivery: | 30 Day(s) - Preferred (No. of calendar days after receipt of order (ARO) by which Buyer prefers 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 | Fire Extinguisher Type: Dry Chemical Class: ABC Capacity: 5 lbs Agent type: Monoammonium Phosphate UL Rating: 3A 40B:C Cylinder Material: Steel Discharge Time: 14 seconds Max Range: 18’ Dimensions: 15 1/4" H X 4" Dia Meet or Exceed: AMEREX BRAND AS PER ATTACHED SALIENT CHARACTERISTICS | 12 | EA |
| 002 | Fire Extinguisher Type: Dry Chemical Class: ABC Capacity: 10 lbs Agent type: Monoammonium Phosphate UL Rating: 4A 80B:C Cylinder Material: Steel Discharge Time: 20 seconds Max Range: 21’ Dimensions: 20' H x 5" Dia Meet or Exceed: AMEREX BRAND AS PER ATTACHED SALIENT CHARACTERISTICS | 439 | EA |
| 003 | Fire Extinguisher Type: Dry Chemical Class: ABC Capacity: 20 lbs Agent type: Monoammonium Phosphate UL Rating: 10A 120B:C Cylinder Material: Steel Discharge Time: 30 seconds Max Range: 21’ Dimensions: 24" H x 7" Dia Meet or Exceed: AMEREX BRAND AS PER ATTACHED SALIENT CHARACTERISTICS | 194 | EA |
| 004 | Fire Extinguisher Type: Sodium Chloride Class: D Capacity: 30 lbs Agent type: Sodium Chloride UL Rating: Type D Cylinder Material: Steel Discharge Time: 24 seconds Max Range: 10’ Dimensions: 35" H x 8" Dia Meet or Exceed: AMEREX BRAND AS PER ATTACHED SALIENT CHARACTERISTICS | 30 | EA |
| 005 | Fire Extinguisher Type: Wet Chemical Class: K Capacity: 6 Liters Agent type: Wet Chemical-Potassium Citrate/Acetate UL Rating: 2A:K Cylinder Material: Discharge Time: 53 seconds Max Range: 12 ft Dimensions: 9” W x 6” D x 19” H Meet or Exceed: AMEREX BRAND AS PER ATTACHED SALIENT CHARACTERISTICS | 7 | EA |
| 006 | Fire Extinguisher Type: 2.5 Gallon Water Extinguisher Class: A Capacity: 2.5 gallons Agent type: Water UL Rating: 2A Cylinder Material: Stainless Steel with plastic bottom Discharge Time: 50 seconds Max Range: 45’ Dimensions: 24.5” H x 9” W x 7’ D Meet or Exceed: AMEREX BRAND AS PER ATTACHED SALIENT CHARACTERISTICS | 3 | EA |
| 007 | Fire Extinguisher Type: Carbon Dioxide Class: BC Capacity: 10 lbs Agent type: Carbon Dioxide UL Rating: 10B:D Cylinder Material: rust-free aluminum Discharge Time: 11 seconds Max Range: 3’ – 8’ Dimensions: 7” W x 12” D x 24” H Meet or Exceed: AMEREX BRAND AS PER ATTACHED SALIENT CHARACTERISTICS | 3 | 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 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.
|
|
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. |
| 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) 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. |
| 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/. |
| Wide Area Workflow | In accordance with DFARS 252.232-7003, "Electronic Submission of Payment Requests and Receiving Reports", the contractor shall submit their payment request electronically using the WAWF. The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM) site at https://sam.gov/SAM/ within ten (10) calendar days after award of this contract. Contractor training is available at the website home page under "about WAWF". Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095;Fax commercial: 801-605-7453 or CSCASSIG@CSD,DISA.MIL. |
| OFFER EXPIRATION -30 SEPTEMBER 2026 | Quotes valid through 30 September 2026 are requested. |
| Warranty | The contractor shall submit warranty terms and conditions with their submitted quote. |
| FAR CLAUSE 52.232-18 AVAILABILTY OF FUNDS (Unfunded Disclosure) | Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. |
| Vendor Compliance in Accordance with Attached Solicitation W50S85-256-Q-A010 (PROVISIONS & CLAUSES) | Vendor complies with all terms, condition, clauses, and provisions outlined within attached solicitation documents (BUYER ATTACHMENTs) |
| Evaluation Factors for Award | EVALUATION CRITERIA-BASIS OF AWARD 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 conforms to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. |
| FAR CLAUSE 52.233-2 (Con't) Agency Protest Language | NG Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns with the National Guard (NG) as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or another external forum. Contract awards or performances are suspended during the protest to the same extent, and within the same time periods as if filed at the GAO. The NG protest decision goal is to resolve protests within 35 calendar days from filing. An agency protest may be filed with either the Contracting Officer or the NG Agency's Protest Decision Authority, but not both in accordance with NG protest procedures. To be timely, the protests must be filed with the periods specified in FAR 33.103. To file a protest under the NG Agency Protest Program, the protest must request resolution under that program and be sent to the address below: National Guard Bureau Office of the Director of Acquisitions/ Head of Contracting Activity ATTN: NGB-AQ-O 111 S. George Mason Dr. Arlington, VA 22204 Email: ng.ncr.ngb-arng.mbx.ngb-task-order-ombudsman@mail.mil All other agency-level protests should be sent to the Contracting Officer for resolution at the address in the solicitation. See FAR clause 52.233-2. NG Public-facing, general Protest information is found at: https://www.nationalguard.mil/Leadership/Joint-Staff/Special-Staff/Director-of-Acquisitions/Directorate of Acquisitions information for the contracting enterprise is found at: https://gko.portal.ng.mil/ngb/STAFF/D01/D01/OI/Protests%20and%20Complaints/Forms/AllItems.Asp *** END OF NARRATIVE *** |
Shipping Information
| City | State | Zip Code | |
|---|---|---|---|
| Selfridge ANG Base | MI | 48045 |
Seller Attachment(s): Required
| MANDATORY ATTACHMENTS REQUIRED FOR EVALUATION AND CONSIDERATION OF AWARD (1) EXACT SPECIFICATIONS OF OFFER (2) WARRANTY DETAILS |
Buy Attachment(s)
| No. | Document Name | Document Size | |
|---|---|---|---|
| 001 | ACWS_Clauses_Provisions_W50S8526QA019-Updated_04_May_26.pdf | 164 KB | |
| 002 | Salient_Characteristics_-_Facility_Fire_Extinguishers.pdf | 164 KB |
