United States - 58--Motorola Minitor VI Pager
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 02 August 2019
- Opportunity publication date
- 26 July 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: Jul 25, 2019 1:38 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 W912JB-19-Q-5039 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 517212 with a small business size standard of 1,500.00 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 2019-08-02 11:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be SELFRIDGE ANG BASE, MI 48045
The Michigan Air National Guard Consolidated Contracting (MACC) requires the following items, Brand Name Only (Exact Match), to the following:
LI 001: Motorola Minitor VI Pager, 406-430MHZ SGL CH UL IS M6, PN# A04QAC8JA1 N. Standard Package Include: 1 Battery Pack, Standard Charger, PN# RLN6505, Belt Clip, PN# RLN6509, User Guide, Two-Year Warranty, 48, EA;
LI 002: Motorola Minitor VI Pager Programming Cradle, PN# RLN6527A, 2, 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, Michigan Air National Guard Consolidated Contracting (MACC) 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. Michigan Air National Guard Consolidated Contracting (MACC) 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.
The following DFAR/FAR Provisions and Clauses apply to this acquisition:
52.204-7 System for Award Management
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204â10, Reporting Executive Compensation and FirstâTier Subcontract Awards
52.209â6, Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Prop
52.209â10, Prohibition on Contracting with Inverted Domestic Corporations
52.212-1 Instructions to Offerors- Commercial Items
52.212â4, Contract Terms and ConditionsââCommercial Items
52.212â5,Dev Contract Terms and Conditions Required to Implement S
52.219-6 Total SB Set-aside
52.219â28, PostâAward Small Business Program Re-representation
52.222â19, Child LaborââCooperation with Authorities and Remedies
52.222â21, Prohibition of Segregated Facilities
52.222-22 Previous Contracts and Compliance Reports
52.222-25 Affirmative Action Compliance
52.222â26, Equal Opportunity
52.222â36, Equal Opportunity for Workers with Disabilities
52.222â50, Combating Trafficking in Persons
52.223â18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225â13, Restrictions on Certain Foreign Purchases
52.232â33, Payment by Electronic Funds TransferâSystem for Award Management
52.232â39, Unenforceability of Unauthorized Obligations
52.232â40, Providing Accelerated Payments to Small Business Subcontractors
52.233â1, Disputes
52.233â3, Protest after Award
52.233â4, Applicable Law for Breach of Contract Claim
52.249â1, Termination for Convenience of the Government(FixedâPrice)(Short Form)
52.252â2, Clauses Incorporated by Reference (http://farsite.hill.af.mil/)
252.203â7000 ,Requirements Relating to Compensation of Former DoD Officials
252.203â7002, Requirement to Inform Employees of Whistleblower Rights
252.204â7003, Control of Government Personnel Work Product
252.204-7004 Alternate A, System for Award Management
252.204-7011 Alternative Line Item Structure
252.204â7012, Safeguarding of Unclassified Controlled Technical Information
252.204â7015, Disclosure of Information to Litigation Support Contractors
252.211â7003, Item Unique Identification and Valuation
252.225-7001, Buy American and Balance of Payments Program
252.225â7002, Qualifying Country Sources as Subcontractors
252.225â7048, ExportâControlled Items
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area WorkFlow Payment Instructions
252.232â7010, Levies on Contract Payments
252.243-7001 Pricing of Contract Modifications
252.244-7000 Subcontracts for Commercial Items
PP, Partial Payments
This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.
In accordance with DFARS 252.232-7003, "Electronic Submission of Payment Requests and Receiving Reports", the contractor shall submit their payment request electronically using the WAWF. The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM) site at https://sam.gov/SAM/ within ten (10) calendar days after award of this contract. Contractor training is available at the website home page under "about WAWF". Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095;Fax commercial: 801-605-7453 or CSCASSIG@CSD,DISA.MIL.
252.232â7006, Wide Area Work Flow Payment Instructions
New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
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.
Quotes valid through 30 September 2019 are requested.
The contractor shall submit warranty terms and conditions with their submitted quote.
- Opportunity closing date
- 02 August 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.