Hawaii Bids > Bid Detail

61--Forklift Battery and Battery Chargers

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 61 - Electric Wire, and Power and Distribution Equipment
Opps ID: NBD00159208107816788
Posted Date: Jun 15, 2023
Due Date: Jun 16, 2023
Solicitation No: N0060423Q4067
Source: https://sam.gov/opp/126a9a07a3...
Follow
61--Forklift Battery and Battery Chargers
Active
Contract Opportunity
Notice ID
N0060423Q4067
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP GLOBAL LOGISTICS SUPPORT
Sub Command 2
NAVSUP FLC PEARL HARBOR
Office
NAVSUP FLT LOG CTR PEARL HARBOR
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 15, 2023 01:19 pm EDT
  • Original Date Offers Due: Jun 16, 2023 05:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 13, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6140 - BATTERIES, RECHARGEABLE
  • NAICS Code:
    • 335910 - Battery Manufacturing
  • Place of Performance:
    NAVSUP FLC PEARL HARBOR Joint Base Pearl Harbor Hickam , HI 96860
    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 N0060423Q4067 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 2023-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 335910 with a small business size standard of 1,250.00 employees.

This requirement is a Small Business Set-Aside and only qualified sellers may submit quotes.

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:

2023-06-16 17:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Joint Base Pearl Harbor Hickam, HI 96860

The FLC - Pearl Harbor requires the following items, Brand Name or Equal, to the following:
LI 001: Raymond EASIDR25TT Battery 12-125-15-WEE-Custom (36 x 14 x 30.37) EE Rated, 1, EA;
LI 002: Raymond EASIDR25TT Charger AAES24-850G3BCE 3-Phase, 208/240/480 VAC, 1, EA;
LI 003: Toyota 8FBCU20 Battery 18-85-25WEE-2 (38.25 x 29.13 x 23.25) EE Rated, 1, EA;
LI 004: Toyota 8FBCU20 Charger AAES36-975G3BCE 3-Phase, 208/240/480 VAC, 1, EA;
LI 005: Freight for All items FOB Destination, 1, EA;

Solicitation and Buy Attachments

***Question Submission: Interested Sellers 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, FLC - Pearl Harbor 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. A Seller may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Pearl Harbor 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 Sellers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a quote on https://marketplace.unisonglobal.com.Sellers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Sellers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Sellers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith quotes, 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 Sellers 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.

Equipment Condition: New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

No partial shipments allowed: No partial shipments are permitted unless specifically authorized at the time of award. Preferred Delivery date of 60 Sixty Days after award but no later than 90 ninety days delivery date

Offer period: Bid MUST be good for 30 calendar days after close of Buy.

FAR Site: The full text of the referenced FAR clauses/provisions may be accessed electronically at https://www.acquisition.gov/?q=browsefar

DFARS Site: The full text of the referenced DFARS clauses/provisions may be accessed electronically at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/

SAM Registration: All offerors are required to have an active registration in System for Award Management (SAM) to respond to federal solicitations. To register in SAM, please go to https://www.sam.gov/. Any active or inactive exclusions in SAM may preclude an award being made to your company.

Sellers understand that the Marketplace ranks all Bids by price; however, sellers will be evaluated by the Buyer in accordance with the basis established in the solicitation and pursuant to applicable acquisition regulations and/or departmental guidelines. The award decision is the sole discretion of the Buyer.

The basis of award will be low price technically acceptable (LPTA). Offers will be considered Technical acceptable if they include all items requested as well as submission of the attached Far provisions or include a note that their sam.gov registration is current and reflects the current status of the registered entity to be considered eligible for award. FAR 52.212-3 ALT I * Please complete ALT I and return it with your quote. - This form contains the information that is in your SAM registration, please scroll to page 4 section (2).- If no update to your companys information is needed, please type in NA

52.211-6: Brand Name or Equal

Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017

System for Award Management OCT 2018

Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020

System for Award Management Maintenance OCT 2018

Commercial and Government Entity Code Reporting AUG 2020

Ownership or Control of Offeror AUG 2020

Commercial and Government Entity Code Maintenance AUG 2020

Predecessor of Offeror AUG 2020

Basic Safeguarding of Covered Contractor Information Systems NOV 2021

Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities NOV 2021

Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021

Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment NOV 2021

Covered Telecommunications Equipment or Services--Representation OCT 2020

Prohibition on Contracting with Inverted Domestic Corporations NOV 2015

Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Products and Commercial Services MAR 2023

Post-Award Small Business Program Rerepresentation OCT 2022

Convict Labor JUNE 2003

Child LaborCooperation with Authorities and Remedies DEC 2022

Prohibition of Segregated Facilities APR 2015

Previous Contracts and Compliance Reports FEB 1999

Affirmative Action Compliance APR 1984

Equal Opportunity SEP 2016

Equal Opportunity for Workers with Disabilities JUN 2020

Combating Trafficking in Persons NOV 2021

Encouraging Contractor Policies to Ban Text Messaging While Driving JUN 2020

Public Disclosure of Greenhouse Gas Emissions and Reduction GoalsRepresentation DEC 2016

Restrictions on Certain Foreign Purchases FEB 2021

Unenforceability of Unauthorized Obligations JUN 2013

Providing Accelerated Payments to Small Business Subcontractors NOV 2021

Protest after Award AUG 1996

Applicable Law for Breach of Contract Claim OCT 2004

Solicitation Provisions Incorporated by Reference FEB 1998

Clauses Incorporated by Reference FEB 1998

Authorized Deviations in Provisions NOV 2020

Authorized Deviations in Clauses NOV 2020

Requirements Relating to Compensation of Former DoD Officials SEP 2011

Requirement to Inform Employees of Whistleblower Rights DEC 2022

Representation Relating to Compensation of Former DoD Officials SEP 2022

Control of Government Personnel Work Product APR 1992

Notice of Authorized Disclosure of Information for Litigation Support JAN 2023

Covered Defense Telecommunications Equipment or Services--Representation DEC 2019

Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation MAY 2021

Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2023

Notice of NIST SP 800-171 DoD Assessment Requirements. MAR 2022

Item Unique Identification and Valuation JAN 2023

Prohibition of Hexavalent Chromium JAN 2023

Buy American--Balance of Payments Program Certificate--Basic NOV 2014

Buy American and Balance of Payments Program--Basic JAN 2023

Preference for Certain Domestic Commodities APR 2022

Representation Regarding Business Operations with the Maduro Regime MAY 2022

Prohibition Regarding Business Operations with the Maduro Regime JAN 2023

Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) MAY 2020

Prohibition on the Procurement of Foreign-Made Unmanned Aircraft SystemsRepresentation. (DEVIATION 2020-O0015) MAY 2020

Electronic Submission of Payment Requests and Receiving Reports DEC 2018

Wide Area WorkFlow Payment Instructions JAN 2023

Levies on Contract Payments DEC 2006

Subcontracts for Commercial Products and Commercial Services JAN 2023

Notification of Potential Safety Issues JAN 2023

Transportation of Supplies by Sea--Basic JAN 2023

Ombudsman OCT 2019
Attachments/Links
Contact Information
Contracting Office Address
  • SUITE 100 1942 GAFFNEY STREET
  • PEARL HARBOR , HI 96860-4549
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jun 15, 2023 01:19 pm EDTCombined 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 >