72--332 Refrigerators with delivery, installations, and transport of old fridges

expired opportunity(Expired)
From: Federal Government(Federal)
N0024419Q0198

Basic Details

started - 12 Jun, 2019 (about 4 years ago)

Start Date

12 Jun, 2019 (about 4 years ago)
due - 20 Jun, 2019 (about 4 years ago)

Due Date

20 Jun, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
N0024419Q0198

Identifier

N0024419Q0198
Department of the Navy

Customer / Agency

DEPT OF DEFENSE (708522)DEPT OF THE NAVY (156871)NAVSUP (79095)NAVSUP GLOBAL LOGISTICS SUPPORT (14321)NAVSUP FLC SAN DIEGO (1808)NAVSUP FLT LOG CTR SAN DIEGO (1791)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
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.

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 N0024419Q0198 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 2019-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 333415 with a small business size standard of 750.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-06-20 12:00:00.0 Eastern Time or as otherwise displayed at
href="http://www.UnisonMarketplace.com" target="_blank">www.UnisonMarketplace.com. FOB Destination shall be in the Statement of Work.The FLC - San Diego requires the following items, Brand Name or Equal, to the following:LI 001: Description: Refrigerator/Freezer (Apartment-Size) Brand name or equal: Absocold or equal Energy ENERGY STAR® Qualified (Exact) Part Number: ARD484F or equal Color: Black (Exact) Defrost Type: Frost-Free Door-Swing: Reversible (Factory Standard, Right-Hand Hinge) Type: Top Freezer (Separate compartment) Capacity: 4.8 cu. ft. or more (Total Capacity) : 3.38 cu. ft. or more (Refrigerator – Bottom) : 1.37 cu. ft. or more (Freezer – Top) Height: 45 3/4 in. (NTE 50 in.) Width: 18 1/2 in. (NTE 19 in.) Depth: 22 1/4 in. (NTE 23 in.) Electrical: 115V., 60 Hz., 332, Each;LI 002: Location at Naval Air Station Lemoore, California. Deliver, install new refrigerators in rooms, remove old refrigerators to Warehouse 773 for proper disposal actions, and remove packaging materials. Refer to Statement of Work for details., 1, Group;Solicitation and Buy Attachments***Question Submission: Interested Offerers 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, FLC - San Diego 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - San Diego 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 Offerers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a quote on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith quotes, 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 Offerers 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 333415 and the Small Business Standard is 1,250 employees.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/52.204-10 Reporting Executive Compensation and First-Tier Subcontract AwardsProhibition on Contracting with Inverted Domestic Corporations Representation (May 2012)Prohibition on Contracting with Inverted Domestic Corporations (May 2012)52.212-2 Evaluation - Commercial Items. The Government will make a single award using a low price technically acceptable ("LPTA") source selection. The Government intends to award on initial offers but reserves the right to conduct discussions. To be determined technically acceptable, an offeror must submit a proposal that does not take exception to any term of the solicitation. Refer to attached evaluation terms for full detail.52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items.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 Opportunity52.222-36 Affirmative Action for Workers w/ Disabilities52.223-18 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 PayRequirements Relating to Compensation of Former DOD Officials (Sep 2011)Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation)Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation)Control of Government Personnel Work Product (April 1992)Safeguarding of Unclassified Controlled Technical InformationRepresentation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012)Brand Name or Equal (Aug 1999)FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or StatementsFAR 52.204-6, Unique Entity IdentifierFAR 52.204-7, System for Award ManagementFAR 52.204-12, Unique Entity Identifier MaintenanceFAR 52.204-13, System for Award Management MaintenanceFAR 52.204-16, Commercial and Government Entity Code ReportingFAR 52.204-18, Commercial and Government Entity Code MaintenanceFAR 52.204-19, Incorporation by Reference of Representations and CertificationsFAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered EntitiesFAR 52.207-4, Economic Purchase Quantity—SuppliesFAR 52.209-6, Protecting the Governmentâ€TMs Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for DebarmentFAR 52.209-11, Federal Tax LiabilityFAR 52.212-1, Instructions to Offerors - Commercial Items; NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation.FAR 52.212-3, Offeror Representations and Certifications—Commercial ItemsFAR 52.219-6, Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003)FAR 52.222-50, Combating Trafficking in PersonsFAR 52.223-15, Energy Efficiency In Energy-Consuming Products.FAR 52.232-33, Payment by Electronic Funds Transfer—System for Award ManagementFAR 52.232-40, Providing Accelerated Payments to Small Business SubcontractorsFAR 52.233-3, Protest after AwardFAR 52.233-4, Applicable Law for Breach of Contract ClaimFAR 52.247-35 -- F.o.b. -- Destination, Within Consignees PremisesBuy American Act & Balance of Payments (Oct 2011)DFARS 252.223-7008, Prohibition of Hexavalent ChromiumDFARS 252.225-7012, Preference for Certain Domestic CommoditiesDFARS 252.225-7036, Buy American—Free Trade Agreements— Balance of Payments ProgramDFARS 252.232-7006, Wide Area WorkFlow Payment InstructionsDFARS 252.244-7000, Subcontracts for Commercial ItemsReview of Agency Protest. The contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d). Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision rendered by a contracting officer to the reviewing authority. The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 3985 Cummings Road, Bldg 116 – 3rd floor, San Diego, CA 92136. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the "contracting officer" or "reviewing official". Quoting contractorâ€TMs should note this review of the Contracting Officer's decision will not extend GAO's timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action.Unit Prices. Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act.

See Statement of Work. - -Location

Place Of Performance : See Statement of Work. - -

Country : United States

Classification

NAISC: 333415 GSA CLASS CODE: 20
pscCode 72HOUSEHOLD/COMMERC FURNISH/APPLIANCE