Hawaii Bids > Bid Detail
43--Pioneer Pump, Volute, Ductile Iron 18"
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159352987169513 |
Posted Date: | Jul 25, 2023 |
Due Date: | Aug 7, 2023 |
Solicitation No: | N6247823RCF0005 |
Source: | https://sam.gov/opp/64c6404c5c... |
Follow
Active
Contract Opportunity
Notice ID
N6247823RCF0005
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.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Jul 25, 2023 03:27 pm EDT
- Original Date Offers Due: Aug 07, 2023 11:00 am EDT
- Inactive Policy: Manual
- Original Inactive Date: Feb 03, 2024
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 4320 - POWER AND HAND PUMPS
-
NAICS Code:
- 333914 - Measuring, Dispensing, and Other Pumping Equipment Manufacturing
-
Place of Performance:
400 Marshall Road Pearl Harbor , HI 96860USA
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 N6247823RCF0005 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 333914 with a small business size standard of 750.00 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:
2023-08-07 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.
FOB Destination shall be Pearl Harbor, HI 96860
The FLC - Pearl Harbor requires the following items, Brand Name Only (Exact Match), to the following:
LI 001: BRAND NAME ONLY: Pioneer Pump, Volute, Ductile Iron, 18" [Part Number: 110043614], 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.
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.
52.204-7: System for Award Management
52.204-13: SAM Maintenance
52.204-16: Commercial and Government Entity Code Reporting
52.204-17: Ownership or Control of Offeror
52.204-18: Commercial and Government Entity Code Maintenance
52.204-20: Predecessor of Offeror
52.204-23: Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.204-24: Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-25: Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment
52.204-26: Covered Telecommunications Equipment or Services--Representation
52.204-27: Prohibition on a ByteDance Covered Application
52.209-10: Prohibition on Contracting with Inverted Domestic Corporations
52.212-1: Instructions to OfferorsCommercial Products and Commercial Services
52.212-3: Offeror Representations and CertificationsCommercial Products and Commercial Services--Alternate I
52.212-4: Contract Terms and ConditionsCommercial Products and Commercial Services
52.212-5: Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Products and Commercial Services
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 LaborCooperation with Authorities and Remedies
52.222-21: Prohibition of Segregated Facilities
52.222-25: Affirmative Action Compliance
52.222-26: Equal Opportunity
52.222-36: Equal Opportunity for Workers with Disabilities
52.222-50: Combating Trafficking in Persons
52.223-18: Encouraging Contractor Policies to Ban Text Messaging While Driving
52.223-22: Public Disclosure of Greenhouse Gas Emissions and Reduction GoalsRepresentation
52.225-13: Restrictions on Certain Foreign Purchases
52.232-36: Payment by Third Party
52.232-39: Unenforceability of Unauthorized Obligations
52.232-40: Providing Accelerated Payments to Small Business Subcontractors
52.233-3: Protest after Award
52.233-4: Applicable Law for Breach of Contract Claim
52.252-6: Authorized Deviations in Clauses
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
252.204-7012: Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015: Notice of Authorized Disclosure of Information for Litigation Support
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
252.204-7020: NIST SP 800-171 DoD Assessment Requirements.
252.211-7003: Item Unique Identification and Valuation
252.211-7008: Use of Government-Assigned Serial Numbers
252.223-7008: Prohibition of Hexavalent Chromium
252.225-7001: Buy American and Balance of Payments Program--Basic
252.225-7012: Preference for Certain Domestic Commodities
252.225-7055: Representation Regarding Business Operations with the Maduro Regime
252.225-7056: Prohibition Regarding Business Operations with the Maduro Regime
252.225-7972: Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015)
252.225-7973: Prohibition on the Procurement of Foreign-Made Unmanned Aircraft SystemsRepresentation. (DEVIATION 2020-O0015)
252.232-7003: Electronic Submission of Payment Requests and Receiving Reports
252.232-7010: Levies on Contract Payments
252.244-7000: Subcontracts for Commercial Products and Commercial Services
252.246-7003: Notification of Potential Safety Issues
252.246-7004: Safety of Facilities, Infrastructure, and Equipment for Military Operations
252.247-7023: Transportation of Supplies by Sea--Basic
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:
2023-08-07 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.
FOB Destination shall be Pearl Harbor, HI 96860
The FLC - Pearl Harbor requires the following items, Brand Name Only (Exact Match), to the following:
LI 001: BRAND NAME ONLY: Pioneer Pump, Volute, Ductile Iron, 18" [Part Number: 110043614], 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.
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.
52.204-7: System for Award Management
52.204-13: SAM Maintenance
52.204-16: Commercial and Government Entity Code Reporting
52.204-17: Ownership or Control of Offeror
52.204-18: Commercial and Government Entity Code Maintenance
52.204-20: Predecessor of Offeror
52.204-23: Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.204-24: Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-25: Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment
52.204-26: Covered Telecommunications Equipment or Services--Representation
52.204-27: Prohibition on a ByteDance Covered Application
52.209-10: Prohibition on Contracting with Inverted Domestic Corporations
52.212-1: Instructions to OfferorsCommercial Products and Commercial Services
52.212-3: Offeror Representations and CertificationsCommercial Products and Commercial Services--Alternate I
52.212-4: Contract Terms and ConditionsCommercial Products and Commercial Services
52.212-5: Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Products and Commercial Services
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 LaborCooperation with Authorities and Remedies
52.222-21: Prohibition of Segregated Facilities
52.222-25: Affirmative Action Compliance
52.222-26: Equal Opportunity
52.222-36: Equal Opportunity for Workers with Disabilities
52.222-50: Combating Trafficking in Persons
52.223-18: Encouraging Contractor Policies to Ban Text Messaging While Driving
52.223-22: Public Disclosure of Greenhouse Gas Emissions and Reduction GoalsRepresentation
52.225-13: Restrictions on Certain Foreign Purchases
52.232-36: Payment by Third Party
52.232-39: Unenforceability of Unauthorized Obligations
52.232-40: Providing Accelerated Payments to Small Business Subcontractors
52.233-3: Protest after Award
52.233-4: Applicable Law for Breach of Contract Claim
52.252-6: Authorized Deviations in Clauses
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
252.204-7012: Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015: Notice of Authorized Disclosure of Information for Litigation Support
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
252.204-7020: NIST SP 800-171 DoD Assessment Requirements.
252.211-7003: Item Unique Identification and Valuation
252.211-7008: Use of Government-Assigned Serial Numbers
252.223-7008: Prohibition of Hexavalent Chromium
252.225-7001: Buy American and Balance of Payments Program--Basic
252.225-7012: Preference for Certain Domestic Commodities
252.225-7055: Representation Regarding Business Operations with the Maduro Regime
252.225-7056: Prohibition Regarding Business Operations with the Maduro Regime
252.225-7972: Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015)
252.225-7973: Prohibition on the Procurement of Foreign-Made Unmanned Aircraft SystemsRepresentation. (DEVIATION 2020-O0015)
252.232-7003: Electronic Submission of Payment Requests and Receiving Reports
252.232-7010: Levies on Contract Payments
252.244-7000: Subcontracts for Commercial Products and Commercial Services
252.246-7003: Notification of Potential Safety Issues
252.246-7004: Safety of Facilities, Infrastructure, and Equipment for Military Operations
252.247-7023: Transportation of Supplies by Sea--Basic
Attachments/Links
Contracting Office Address
- SUITE 100 1942 GAFFNEY STREET
- PEARL HARBOR , HI 96860-4549
- USA
Primary Point of Contact
- Name: Marketplace Support
- MarketplaceSupport@unisonglobal.com
- Phone Number Phone: 1.877.933.3243
Secondary Point of Contact
- Jul 25, 2023 03:27 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.