United States - 42--Potable Water Tank and Ready "L" Bracket Berms
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 29 July 2019
- Opportunity publication date
- 21 July 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: Jul 20, 2019 12:56 pm
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 W912L8-19-Q-0082 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 2019-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 423840 with a small business size standard of 100.00 employees. This requirement is a [ 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 2019-07-29 12:30:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be Red House, WV 25168
The National Guard - West Virginia requires the following items, Brand Name or Equal, to the following:
LI 001: Ready Mil Spec Potable Water Tank, 1000 Gallon: Constructed of 40 oz Mil Spec Urethane Fabric
3 each 2" capped of aluminum cam locks for fill and drain
1 each 2"x 10" vent
Quotes will be evaluated as LPTA- Lowest Priced Technically Acceptable., 12, EA;
LI 002: 12' x 10' x 12' Ready "L" Bracket Berm
Quotes will be evaluated as LPTA- Lowest Priced Technically Acceptable., 9, EA;
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, National Guard - West Virginia 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. National Guard - West Virginia 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 www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid 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 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 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.
Bid MUST be good for 30 calendar days after close of Buy.
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) prior to award, pursuant to applicable regulations and guidelines. 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/.
(a) Definitions. As used in this clause-- âInternal confidentiality agreement or statementâ
means a confidentiality agreement or any other written statement that the contractor
requires any of its employees or subcontractors to sign regarding nondisclosure of
contractor information, except that it does not include confidentiality agreements arising
out of civil litigation or confidentiality agreements that contractor employees or
subcontractors sign at the behest of a Federal agency. âSubcontractâ means any contract
as defined in subpart 2.1 entered into by a subcontractor to furnish supplies or services for
performance of a prime contract or a subcontract. It includes but is not limited to purchase
orders, and changes and modifications to purchase orders. âSubcontractorâ means any
supplier, distributor, vendor, or firm (including a consultant) that furnishes supplies or
services to or for a prime contractor or another subcontractor. (b) The Contractor shall not
require its employees or subcontractors to sign or comply with internal confidentiality
agreements or statements prohibiting or otherwise restricting such employees or
subcontractors from lawfully reporting waste, fraud, or abuse related to the performance of
a Government contract to a designated investigative or law enforcement representative of
a Federal department or agency authorized to receive such information (e.g., agency Office
of the Inspector General). (c) The Contractor shall notify current employees and
subcontractors that prohibitions and restrictions of any preexisting internal confidentiality
agreements or statements covered by this clause, to the extent that such prohibitions and
restrictions are inconsistent with the prohibitions of this clause, are no longer in effect. (d)
The prohibition in paragraph (b) of this clause does not contravene requirements applicable
to Standard Form 312 (Classified Information Nondisclosure Agreement), Form 4414
(Sensitive Compartmented Information Nondisclosure Agreement), or any other form issued
by a Federal department or agency governing the nondisclosure of classified information.
(e) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further
Continuing Appropriations Act, 2015, (Pub. L. 113-235), and its successor provisions in
(a) Except as stated in paragraph (b) of this clause, when any supply or service acquired
under this contract is subject to any End User License Agreement (EULA), Terms of Service
(TOS), or similar legal instrument or agreement , that includes any clause requiring the
Government to indemnify the Contractor or any person or entity for damages, costs, fees,
or any other loss or liability that would create an Anti-Deficiency Act violation (31 U.S.C.
1341), the following shall govern: (1) Any such clause is unenforceable against the
Government. (2) Neither the Government nor any Government authorized end user shall be
deemed to have agreed to such clause by virtue of it appearing in the EULA, TOS, or similar
legal instrument or agreement. If the EULA, TOS, or similar legal instrument or agreement
is invoked through an âI agreeâ click box or other comparable mechanism (e.g., âclickwrapâ
or âbrowse-wrapâ agreements), execution does not bind the Government or any
Government authorized end user to such clause. (3) Any such clause is deemed to be
stricken from the EULA, TOS, or similar legal instrument or agreement. (b) Paragraph (a) of this clause does not apply to indemnification by the Government that is expressly authorized by statute and specifically authorized under applicable agency regulation and procedures.
(a) Definition. As used in this clauseâ âMilitary installationâ means a base, camp, post,
station, yard, center, or other activity under the jurisdiction of the Secretary of a military
department or, in the case of an activity in a foreign country, under the operational control
of the Secretary of a military department or the Secretary of Defense (see 10 U.S.C.
2801(c)(4)). (b) Training. Contractor personnel who require routine physical access to a
Federally-controlled facility or military installation shall complete Level I antiterrorism
awareness training within 30 days of requiring access and annually thereafter. In
accordance with Department of Defense Instruction O-2000.16 Volume 1, DoD
Antiterrorism (AT) Program Implementation: DoD AT Standards, Level I antiterrorism
awareness training shall be completedâ (1) Through a DoD-sponsored and certified
computer or web-based distance learning instruction for Level I antiterrorism awareness; or
(2) Under the instruction of a Level I antiterrorism awareness instructor. (c) Additional
information. Information and guidance pertaining to DoD antiterrorism awareness training
is available at https://jko.jten.mil/ or as otherwise identified in the performance work statement. (d) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (d), in subcontracts, including subcontracts for commercial items, when subcontractor performance requires routine physical access to a Federally-controlled facility or military installation.
(a) Definitions. As used in this clauseâ âDepartment of Defense Activity Address Code
(DoDAAC)â is a six position code that uniquely identifies a unit, activity, or organization.
âDocument typeâ means the type of payment request or receiving report available for
creation in Wide Area WorkFlow (WAWF). âLocal processing office (LPO)â is the office
responsible for payment certification when payment certification is done external to the
entitlement system. âPayment requestâ and âreceiving reportâ are defined in the clause at
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (b)
Electronic invoicing. The WAWF system provides the method to electronically process
vendor payment requests and receiving reports, as authorized by Defense Federal
Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic Submission of
Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the
Contractor shallâ (1) Have a designated electronic business point of contact in the System
for Award Management at https://www.sam.gov; and (2) Be registered to use WAWF at
https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at
this web site. (d) WAWF training. The Contractor should follow the training instructions of
the WAWF Web-Based Training Course and use the Practice Training Site before submitting
payment requests through WAWF. Both can be accessed by selecting the âWeb Based
Trainingâ link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of
document submission. Document submissions may be via web entry, Electronic Data
Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1) Document type. The Contractor shall submit payment requests using the following document type(s): (i) For cost-type line items,
- Opportunity closing date
- 29 July 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of the Army FedBid.com -- for Department of Army procurements only United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.