71--Office Cubicles
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Sep 02, 2022 01:32 pm EDT
- Original Date Offers Due: Sep 13, 2022 11:00 am EDT
- Inactive Policy: Manual
- Original Inactive Date: Mar 12, 2023
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 7110 - OFFICE FURNITURE
- NAICS Code:
- 337214 - Office Furniture (except Wood) Manufacturing
- Place of Performance: See Place of Performance.
Description
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:
2022-09-13 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.
FOB Destination shall be in the Place of Performance.
The MICC Fort Jackson requires the following items, Meet or Exceed, to the following:
LI 001: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision and other non-personal items necessary to perform the completion of purchase and installation eleven (11) new workstations, approximately 82" (9' X 12'). See Attached Performance Work Statement. Buy American: The contractor hereby adheres to the BUY AMERICAN STATUE (FAR 52.225) when supplying goods and materials relating to this solicitation/award. Identify the County of Origin for the goods and materials you are supplying., 11, EA;
LI 002: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision and other non-personal items necessary to perform the completion of purchase and installation five (5) new workstations at 66" (6' X 7'). See Attached Performance Work Statement. Buy American: The contractor hereby adheres to the BUY AMERICAN STATUE (FAR 52.225) when supplying goods and materials relating to this solicitation/award. Identify the County of Origin for the goods and materials you are supplying., 5, 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 https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***
For this solicitation, MICC Fort Jackson intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. 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. MICC Fort Jackson 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 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.
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. FAR 52.211-6, Brand name or Equal.
The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions – Commercial Items. 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, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 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, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea.
IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance.
New equipment ONLY, NO remanufactured or used products. No "GREY" market items.
Bid MUST be good for 30 calendar days after submission
FOB Destination CONUS (CONtinental U.S.)
No partial shipments unless otherwise specified at time of order
The award will be based upon lowest price technically acceptable (LPTA) bid. The Contracting reserves the right to have or not have discussions. If information regarding your quoted items are not attached along with specification sheet and pictures your bid will be determined unacceptable. A bid will be determined acceptable if specifications sheets and pictures are attached which meet the specifications outlined in each line item.
Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer. However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: http://www.amc.army.mil/amc/commandcounsel.html. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause)
"52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report"
Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.
Wide Area WorkFlow Payment Instructions.
252.204-7012 Safeguarding of Unclassified Controlled Technical Information.
All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MILSTD-147E.
IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is a pass fail requirement. Evaluation is based on a lowest price technically acceptable.
No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an all-or-nothing basis.
In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product. ****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****
Representation and Representation Disclosures The form(s) included in the buy must be returned with your quote. Failure to return the form(s) with your quote will result in your quote not being considered for award.
A site visit is scheduled for 8 September 2022 @ 10:00am for solicitation W9124C22T0023 to purchase and install office cubicles in accordance to the performance work statement separately attached. Personnel will meet at the Building 10000, Room 2066 located at 10000 Hampton Parkway, Fort Jackson SC 29207. Individuals that do not already have base access shall provide their full name, date of birth, and driver’s license number (with state) to Roger Miller at 803-751-4372 or roger.d.miller.civ@army.mil no later than 7 September 2022 at 2:00 pm EST. Please arrive at Gate 2, Visitor Center located on Strom Thurmond BLVD, Fort Jackson NLT two hours prior to the scheduled site visit (if you do not already have post access). This is in order to avoid back-up of contractors signing in at gate.
Submitted Quotes will be valid for 45 days after the auction closing.
This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).).
IAW FAR 52.252-2 Clauses Incorporated by Reference, for the extended description here is the website: https://www.acquisition.gov/
The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf
Wide Area WorkFlow Payment Instructions.
Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to Roger Miller, Contract Specialist at roger.d.miller.civ@army.mil and Copy Scott Bertacini, Contracting Officer at scott.r.bertacini.civ@army.mil.
Attachments/Links
Contact Information
Contracting Office Address
- KO DIRECTORATE OF CONTRACTIN BLDG 4340 MAGRUDER ST FT JACKSON
- COLUMBIA , SC 29207-5490
- USA
Primary Point of Contact
- Name: Marketplace Support
- MarketplaceSupport@unisonglobal.com
- Phone Number Phone: 1.877.933.3243
Secondary Point of Contact
History
- Mar 14, 2023 11:58 pm EDTCombined Synopsis/Solicitation (Updated)
- Sep 13, 2022 09:52 am EDTCombined Synopsis/Solicitation (Updated)
- Sep 13, 2022 09:12 am EDTCombined Synopsis/Solicitation (Updated)
- Sep 08, 2022 05:27 pm EDTCombined Synopsis/Solicitation (Updated)
- Sep 02, 2022 01:32 pm EDTCombined Synopsis/Solicitation (Original)