target="_blank">https://marketplace.unisonglobal.com, will end on:2022-05-23 12:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.FOB Destination shall be FPO, AP 96540The FLC - Yokosuka requires the following items, Meet or Exceed, to the following:LI 001: Located in upper Sasa Valley, Tank U-12 is a 50,000 BBL field-erected cut-and-cover Underground Storage Tank (UST) that was previously used to store RME. DFSP Guam is in the process of converting Tank U-12 from RME storage tank to F-76 storage tank. Tank U-12 has been drained to a low product level with approximately 1’ 1⁄4” to 1’ 3⁄4” of RME and slop (oily waste and sludge) remained that is considered extremely viscous and cannot be easily pumped out. In accordance with (IAW) 40 CFR 280.252(d)(1), unless a tank has been emptied to less than one-inch of product, annual tightness testing is required. DFSP Guam does not have sufficient RME to perform tank tightness testing at the moment., 1, jo;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, FLC - Yokosuka 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Yokosuka 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 quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at
https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a quote 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 quotes, 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.This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses:
www.acqnet.gov/far and
http://www.acq.osd.mil/dpap/dfars/index.htmThe NAICS code is ______ and the Small Business Standard is ___.FAR 52.247-34, F.o.b. Destination applies52.212-2 Evaluation - Commercial Items.New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.No partial shipments are permitted unless specifically authorized at the time of award.Bid MUST be good for 30 calendar days after close of Buy.FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use “Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to
www.bpn.gov/orca. You must be active in the Central Contractor Registration (
www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company.The full text of the referenced FAR clauses may be accessed electronically at
https://www.acquisition.gov/Far/52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items.52.204-10 Reporting Subcontract Awards.52.219-28 Post-Award Small Business Program Rerepresentation.52.222-3 Convict Labor52.222-19 Child Labor--Cooperation with Authorities and Remedies52.222-21 Prohibition of Segregated Facilities52.222-26 Equal Opportunity52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans52.222-36 Affirmative Action for Workers w/ Disabilities52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans.52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010)52.225-13 Restrictions on Certain Foreign Purchases.52.232-18 Availability of Funds252.211-7003 Item Identification & Valuation (AUG 2008)252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011)252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.252.247-7023 Transportation of Supplies by Sea (MAY 2002)252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023.252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation.Fleet Fast PayProhibition on Contracting with Inverted Domestic Corporations Representation (May 2012)Prohibition on Contracting with Inverted Domestic Corporations (May 2012)Control of Government Personnel Work Product (April 1992)Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012)Requirements Relating to Compensation of Former DOD Officials (Sep 2011)Buy American Act & Balance of Payments (Oct 2011)