Search Contract Opportunities

NTC 23-08 Shower Trailers (Fort Irwin, CA)   2

ID: W9115123Q0046 • Type: Synopsis Solicitation

Description

Posted: May 8, 2023, 5:36 p.m. EDT
AMENDMENT NOTICE: 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 W9115123Q0046 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 2023-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 562991 with a small business size standard of $9.00M. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids.
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:
2023-05-10 13:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.
FOB Destination shall be in the Statement of Work.
The MICC Fort Hood requires the following items, Meet or Exceed, to the following:
LI 001: One Shower Trailer w/ Generator, Lights, All Required Equipment & Service for the two (2) dates required. Specific Location: Fort Irwin, CA. Please see attached PWS Specific POP: 24 May 23 thru 04 June 23 & 24 June 23 thru 02 July 23 Contractor shall deliver one shower trailer with all necessary parts in accordance with (IAW) the operators' manual and deliver the equipment with a full tank of fuel (diesel operated). Equipment shall have a minimum of one (1) 5lb fire extinguisher. The equipment shall operate on Ultra Low Sulfur Diesel (ULSD), as a fuel source. Shower trailers will consist of 16 shower stalls, with 16 shower heads, a fresh water tank for storage, a gray water collection tank, on-demand heated water capacity, benches for service members to change clothing, air conditioning, and the generators to power the equipment efficiently. The shower stalls shall be free standing structures large enough for a single standing occupant. The shower trailer shall contain a portable water holding tank, lockable doors, and ventilation. The shower units shall be made of non-porous material and consist of a single shower head. The shower units shall be constructed in such a fashion that water flows through the shower head at a pressure to ensure adequate dispersion. This method must be mechanical (pump driven). Each shower stall shall be equipped with shower curtain or door to ensure privacy. The contractor shall clean and disinfect all shower surfaces daily. Gray water (dirty water) shall be emptied from the dirty water holding tank as necessary. Fresh water tank shall be filled daily. The contractor is responsible for gray water disposal and freshwater refill., 1, EA;
Solicitation and Buy Attachments
***Question Submission: Interested offerors 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 Hood 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 Hood 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 Offerors 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. Offerors that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors 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 offerors 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.
In responding to this request for quote, you must provide the manufacturer's name and part numbers AND salient characteristics of the items you are proposing to sell to the Government. Regardless of the terminology used in each RFQ ("Brand Name or Equal", or "meet minimum stated specifications), the information describing what you are offering must be physically written into the seller's bid specification block. Salient characteristics are defined as "pronounced features of an item that identify it describe its size and composition, functional intent, and/or operational capabilities or limits." When researching product capabilities, you must, as a minimum, respond with feature for feature comparisons in order for your product to be technically evaluated for sufficiency. Responses such as "bidding exact match", "as specified", or cutting and pasting the Government's specification information into the seller's bid specification block are not acceptable responses. Offerors who respond in any of the three examples directly above will be eliminated from the competition without consideration of their offer. If you are bidding the same product as is being requested, your seller bid specification should indicate: "Bidding on Manufacturer (Insert Name) and Part Number (Insert Number). If you are bidding on an "or equal" product, your seller bid specification must state: Bidding on Manufacturer (Insert Name) and Part Number (Insert Number), containing the following salient characteristics (insert salient characteristics). If your response does not contain all of the required information called out in this notice, your quote will be determined nonresponsive and will not be considered for award.
The apparent awardee shall acknowledge acceptance of any and all re-postings (amendments), in writing, prior to any award resulting from this solicitation.
The applicable NAICS code for this procurement is _562991___ with the related size standard of _$9,000,000_. The NAICS code identified herein must appear in FAR 52.212-3 "Offeror Representations and Certifications" in SAM and the vendor must be actively registered in that NAICS prior to receipt of quote in order to receive an award. Offeror are reminded that failure to comply shall render their quote as non-responsive.
Unison Marketplace is a mechanism used by this office to solicit for common use commercial items in accordance with FAR 13.5. Unison Marketplace is NOT a forum for filing protests against the Government. Attempts to file protests through Unison Marketplace will not be considered legitimate as they do not conform to the requirements in the Federal Acquisition Regulation (FAR). It is preferable that disputes and protests be resolved as quickly as possible at the lowest level possible before considering the more formal process described below. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC, as an Alternate 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 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. The address for filing a protest directly with AMC is: 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 e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil. Packages sent Federal Express or UPS should be addressed to: HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 Ft Belvoir, VA 22060-5527. The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the HQ, AMC to obtain the AMC-Level Protest procedures.
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 52.212-2, Evaluation- Commercial Items; 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/.
The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation; e.g., if a line item on the contract reads - Computer, 10 each, the contractor shall NOT ship 3 computers on one shipment and 7 computers on a second shipment. Failure to adhere to this requirement will result in invoices being rejected in WAWF and/or a delay in payment for non-conforming shipped quantities.
Company must be registered on System for Award Management (SAM) prior to receipt of quote in order to receive an award. Offeror are reminded that failure to comply shall render their quote as non-responsive. If company is not registered in SAM, they may do so by going to SAM web site at www.sam.gov.
Proposed responders must submit any questions concerning this solicitation before (date), (time), to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered.
New equipment ONLY, NO remanufactured products
FOB Destination CONUS (CONtinental U.S.)
Bid MUST be good for 90 days, after submission. No partial bids will be accepted.
Posted: May 4, 2023, 1:17 p.m. EDT

Overview

Response Deadline
May 10, 2023, 1:00 p.m. EDT Past Due
Posted
May 4, 2023, 1:17 p.m. EDT (updated: May 8, 2023, 5:36 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
See Statement of Work.
Source
SAM

Current SBA Size Standard
$9 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Signs of Shaping
The solicitation is open for 5 days, below average for the MICC Fort Hood.
On 5/4/23 MICC Fort Hood issued Synopsis Solicitation W9115123Q0046 for NTC 23-08 Shower Trailers (Fort Irwin, CA) due 5/10/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 562991 (SBA Size Standard $9 Million) and PSC W099.
Primary Contact
Name
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Email: MarketplaceSupport@unisonglobal.com;   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation W9115123Q0046

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation W9115123Q0046

Award Notifications

Agency published notification of awards for Synopsis Solicitation W9115123Q0046

Contract Awards

Prime contracts awarded through Synopsis Solicitation W9115123Q0046

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation W9115123Q0046

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W9115123Q0046

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W9115123Q0046

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION & INSTALLATION CONTRACTING COMMAND > 418TH CSB
FPDS Organization Code
2100-W91151
Source Organization Code
500036836
Last Updated
Nov. 6, 2023
Last Updated By
michael.a.collum.civ@mail.mil
Archive Date
Nov. 6, 2023