North Carolina Bids > Bid Detail

99--Stilling Basin Stoplog Fabrication

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 99 - Miscellaneous
Opps ID: NBD00159252916861401
Posted Date: Feb 2, 2023
Due Date: Feb 1, 2023
Solicitation No: W912PM23Q0005
Source: https://sam.gov/opp/da81745959...
Follow
99--Stilling Basin Stoplog Fabrication
Active
Contract Opportunity
Notice ID
W912PM23Q0005
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SAD
Office
US ARMY ENGINEER DISTRICT WILMINGTO
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 01, 2023 12:16 pm EST
  • Original Date Offers Due: Feb 01, 2023 04:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 31, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 9999 - MISCELLANEOUS ITEMS
  • NAICS Code:
    • 332312 - Fabricated Structural Metal Manufacturing
  • Place of Performance:
    2080 Jordan Dam Access Road Moncure , NC 27559-0144
    USA
Description
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 W912PM23Q0005 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 2023-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 332312 with a small business size standard of 500.00 employees. This requirement is a Small Business Set-Aside and only qualified sellers may submit bids.

The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:

2023-02-01 16:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Moncure, NC 27559

The USACE - Wilmington District requires the following items, Meet or Exceed, to the following:
LI 001: Fabrication of Two (2) Stoplog Units, 1, Job;
LI 002: Final "As-Built" Documents, 1, Job;
LI 003: Shipment and Delivery, 1, Job;

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 https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, USACE - Wilmington District intends to document bids online to be facilitated by the third-party Marketplace, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to document pricing. Offerers may submit bids during the specified period of time. USACE - Wilmington District 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 Offerers 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.Offerers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerers that require special considerations or assistance may contact the 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 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 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.
New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

Submitted Quotes will be valid for 45 days after the RFQ closing.

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.

This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov.

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/.

FAR 52.202-1, Definitions; 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-7, System for Award Management; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.204-13, System for Award Management Maintenance; 52.207-4, Economic Purchase Quantity-Supplies; 52.204-16, Commercial and Government Entity Code Reporting; 52.204-18, Commercial and Government Entity Code Maintenance; 52.204-19, Incorporation by Reference of Representations and Certifications; 52.204-22, Alternative Line Item Proposal; 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors--Commercial Items; 52.212-3, Alternate I, Offeror Representations and Certifications--Commercial Items; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.219-1. Alt I, Small Business Program Representation; 52.219-28, Post-Award Small Business Program Representation; 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, Equal Opportunity for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-3, Hazardous Material Identification and Material Safety Data; 52.223-5, Pollution Prevention and Right-to-Know Information; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-18, Place of Manufacture; 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications; 52.232-1, Payments; 52.232-8; 52.232-11, Extras; 52.232-23, Assignment of Claims; 52.232-37, Multiple Payment Arrangements; 52.232-39, Unenforceability of Unauthorized Obligations; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 52.233-1, Disputes; 52.233-3, Protest after Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.243-1, Changes Fixed Price; 52.246-16, Responsibility for Supplies; 52.246-17, Warranty of Supplies of a Noncomplex Nature; 52.246-23, Limitation of Liability; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.253-1, Computer Generated Forms; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7003, Control of Government Personnel Work Product; 252.204-7006, Billing Instructions; 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; 252.204-7015, Disclosure Information to Litigation Support Contractors; 252.204-7016, Covered Defense Telecommunications Equipment or Services—Representation; 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation; 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services; 252.211-7003, Item Unique Identification and Valuation; 252.223-7001, Hazard Warning Labels; 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.223-7008, Prohibition of Hexavalent Chromium; 252.225-7001, Buy American and Balance of Payments Program; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.225-7048, Export-Controlled Items; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.203-7017, Accelerating Payments to Small Business Subcontractors—Prohibition on Fees and Consideration; 252.243-7001, Pricing of Contract Modifications; 252.244-7000, Subcontracts for Commercial Items; 252.246-7003, Notification of Potential Safety Issues; 252.247-7023 Transportation of Supplies by Sea.

The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 with a small business size standard of 750 employees.

The contractor must be an authorized dealer of the specified equipment to ensure warranty and maintenance support.

No multiple awards will be made. Quotes received through FedBid 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).

FAR and DFARS provisions and clauses are current to the most recent dates posted on https://url.serverdata.net/?a5NlIIoNu6x4W82Y6AmlWmYolU-WW5RkCTYJeq9Fo9w2mdHpJz0y6p5BbIBC5d1UrKNYCWIpteyGn3YH2_vwkH7HbgfFwGhWWQrd0Dzi-6u_XBNforaAdDNqqOjs4oy8b.

The Contracting Officer requests all available additional discounts, IAW FAR 8.405-4

FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price.
Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 69 DARLINGTON AVENUE
  • WILMINGTON , NC 28403-1343
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 01, 2023 12:16 pm ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >