href="https://marketplace.unisonglobal.com" target="_blank">https://marketplace.unisonglobal.com, will end on:2022-09-02 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.FOB Destination shall be Fort Drum, NY 13602The MICC Fort Drum requires the following items, Brand Name Only (Exact Match), to the following:LI 001: MAMW-SNMXX Mobile, XG-75M/M7300,378-430MHZ,50W, 6, EA;LI 002: MAMW-NPL3R Feature, Max (1024+) System/Groups, 6, EA;LI 003: MAMW-NPL5K Feature, Profile Over-the-air-Programming, 6, EA;LI 004: MAMW-NPL5L Feature, Over-the-Air-Rekeying, 6, EA;LI 005: MW-PL4F Feature, P25 Phase 2, TDMA, 6, EA;LI 006: MW-PL4U Feature, Single-Key DES Encryption, 6, EA;LI 007: MAMW-PKGPT Feature Package, P25 Trunking, 6, EA;LI 008: MAMW-NCP9G Control Unit, CH721, Scan, Front Mount, 6, EA;LI 009: MAMW-NZN6W Accessories, XG-75M/M7300 Front Mount, 6, EA;LI 010: MAMW-NMC7Z Microphone, STD, Straight Connector, 6, EA;LI 011: AN-225003-001 Antenna, Element,1/4,0dB, UHF-L, 6, EA;LI 012: AN-125001-001 Antenna, Base, Standard Roof Mount, 6, EA;LI 013: MW-CJ3D Cable, KVL Key Loading (CH-721/HHC-731), 1, EA;LI 014: MATQ-NCL8U Cable, Programming, CH721 Front Connector, 1, EA;LI 015: INCIDENTAL SERVICE: Removal of existing radio and installation of new radio and all components, 6, EA;Solicitation and Buy Attachments***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at
https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***For this solicitation, MICC Fort Drum intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Drum is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at
https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on
https://marketplace.unisonglobal.com. Offerors that are not currently registered to use
https://marketplace.unisonglobal.com should proceed to
https://marketplace.unisonglobal.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at
marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on
https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the
https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive
https://marketplace.unisonglobal.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or
marketplacesupport@unisonglobal.com.Use of Unison Marketplace: 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.The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; 52.211-6, Brand Name or Equal.The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions – Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea.IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price.IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at
http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management MaintenanceShipping is FOB Destination CONUS (CONtinental U.S.).New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.Submitted Quotes will be valid through September 30th, 2022.No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an “all-or-nothing” basis.This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).).IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at
https://www.acquisition.gov; and are current to the most recent revision dates posted on this site.AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative 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 33.103. If you want to file a protest under the HQ 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. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at:
http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures.52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report52.228-5 Insurance-Work on a Government Installation.Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.Wide Area WorkFlow Payment Instructions252.204-7012 Safeguarding of Unclassified Controlled Technical Information