71--OPTION - INL/Honduras - Bunk Beds and Related Accessories

expired opportunity(Expired)
From: Federal Government(Federal)
191NLE20Q0001

Basic Details

started - 21 Oct, 2019 (about 4 years ago)

Start Date

21 Oct, 2019 (about 4 years ago)
due - 25 Oct, 2019 (about 4 years ago)

Due Date

25 Oct, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
191NLE20Q0001

Identifier

191NLE20Q0001
Department of State

Customer / Agency

Department of State
[object Object]

SetAside

WOSB(Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 191NLE20Q0001 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 337127 with a small business size standard of 500.00 employees. This requirement is an [ Women-Owned Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-10-25 16:00:00.0 Eastern Time or as otherwise displayed at
www.UnisonMarketplace.com. FOB Destination shall be in the Statement of Work.The DOS International Narcotics Law Enforcement Affairs - Department of State requires the following items, Meet or Exceed, to the following:Base Period of Performance: 11/01/2019 - 01/31/2020LI 001: Detachable Bunk Beds (Meet or Exceed). Please refer to Appendix A, "Technical Specifications of Items," of the attached Statement of Work., 850, EA;LI 002: Single (Twin) Bed Mattresses (Meet or Exceed). Please refer to Appendix A, "Technical Specifications of Items," of the attached Statement of Work., 1700, EA;LI 003: Pillows (Meet or Exceed). Please refer to Appendix A, "Technical Specifications of Items," of the attached Statement of Work., 1700, EA;LI 004: Single Bed Linens (Meet or Exceed). Please refer to Appendix A, "Technical Specifications of Items," of the attached Statement of Work., 1700, EA;LI 005: Blankets (Meet or Exceed). Please refer to Appendix A, "Technical Specifications of Items," of the attached Statement of Work., 1700, EA;LI 006: Double Door Metallic Lockers (Meet or Exceed). Please refer to Appendix A, "Technical Specifications of Items," of the attached Statement of Work., 850, EA;LI 007: Shipping and Handling. Please refer to Appendix B, "Delivery Terms," of the attached Statement of Work., 1, LT;LI 008: Installation. Please refer to Appendix A, "Technical Specifications of Items," of the attached Statement of Work., 1, LT;Option 1 Period of Performance: 02/01/2020 - 04/30/2020LI 001: Detachable Bunk Beds (Meet or Exceed). Please refer to Appendix A, "Technical Specifications of Items," of the attached Statement of Work., 200, EA;LI 002: Single (Twin) Bed Mattresses (Meet or Exceed). Please refer to Appendix A, "Technical Specifications of Items," of the attached Statement of Work., 400, EA;LI 003: Pillows (Meet or Exceed). Please refer to Appendix A, "Technical Specifications of Items," of the attached Statement of Work., 400, EA;LI 004: Single Bed Linens (Meet or Exceed). Please refer to Appendix A, "Technical Specifications of Items," of the attached Statement of Work., 400, EA;LI 005: Blankets (Meet or Exceed). Please refer to Appendix A, "Technical Specifications of Items," of the attached Statement of Work., 400, EA;LI 006: Double Door Metallic Lockers (Meet or Exceed). Please refer to Appendix A, "Technical Specifications of Items," of the attached Statement of Work., 200, EA;LI 007: Shipping and Handling. Please refer to Appendix B, "Delivery Terms," of the attached Statement of Work., 1, LT;LI 008: Installation. Please refer to Appendix A, "Technical Specifications of Items," of the attached Statement of Work., 1, LT;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 www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***For this solicitation, DOS International Narcotics Law Enforcement Affairs - Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. 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. DOS International Narcotics Law Enforcement Affairs - Department of State 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 www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.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 www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.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.If this is a “Brand Name Onlyâ€� procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es).In addition to providing pricing at www.FedBid.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 clientservices@fedbid.com.This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.All Bids must be valid for 90 days from the closing date for this solicitation. No exceptions or qualifications.New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturerâ€TMs warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturerâ€TMs current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software.Shipping must be free on board (FOB) destination OCONUS (Outside 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. No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award.The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 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, will apply: 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 a FAR clause may be accessed electronically at http://www.acquisition.gov/far/

See Statement of Work.Location

Place Of Performance : See Statement of Work. - -

Country : United States

You may also like

Furniture Solutions with Related Accessories and Services

Due: 04 Dec, 2026 (in about 2 years)Agency: Sourcewell, MN

Furniture Solutions with Related Accessories & Services

Due: 18 Feb, 2027 (in about 2 years)Agency: Fauquier County

Furniture Solutions with Related Accessories and Services

Due: 04 Dec, 2025 (in 19 months)Agency: Sourcewell, MN

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

GSA CLASS CODE: 71
pscCode 71FURNITURE