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 N0060422Q4065 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 2022-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 325120 with a small business size standard of 1,000.00 employees. This requirement is unrestricted and only qualified offerors 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:
2022-06-30 16:00:00.0 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 Only (Exact Match), to the following:
LI 001: 34 Liter Disposable Aluminum (DAL) cylinders of 100 ppm Isobutylene balance air (Brand Name Only - RAE Systems by Honeywell; Part number: X02AI99CA342066), 12, EA;
LI 002: 34 Liter Disposable Aluminum (DAL) cylinders of 4-gas mix: 50 ppm Carbon Monoxide (CO), 10 ppm Hydrogen Sulfide (H2S), 2.5% Methane (50% LEL), 18% Oxygen balance Nitrogen Brand Name Only - RAE Systems by Honeywell; Part number: X05NI79CA3413W6), 12, EA;
LI 003: Sensor Extended Range Hydrogen Sulfide Toxirae Pro (Brand Name Only - RAE Systems by Honeywell; Part number: R42C03-0907-001), 6, EA;
LI 004: Sensor Oxygen O2 Replacement (Brand Name Only - RAE Systems by Honeywell; Part number: R42C03-0942-000), 6, EA;
LI 005: Sensor Carbon Monoxide up to 500 ppm reading Toxirae Pro (Brand Name Only - RAE Systems by Honeywell; Part number: R42C03-0906-000), 6, EA;
LI 006: Sensor Bead Catalytic Combustible Toxirae Pro (Brand Name Only - RAE Systems by Honeywell; Part number: R42C03-0911-000), 6, EA;
LI 007: Monitor PID .1-5000ppm 10.6eV Multirae (Brand Name Only - RAE Systems by Honeywell; Part number: R42C03-0912-002), 6, EA;
LI 008: MultiRae Pro Monitor with PID, HR, PID sensor (0.1 – 5,000 ppm; 0.1 ppm res.; 10.6 eV lamp) Hydrogen Sulfide (H2S) sensor (up to 100ppm reading) Carbon Monoxide (CO) sensor (up to 500ppm reading) Oxygen (O2) sensor, LEL Catalytic % Sensor, Li-ion Battery, charger, Non-wireless (Brand Name Only - RAE Systems by Honeywell; Part Number: MCB3A1C112E020), 3, EA;
LI 009: Training to support basic start up and usage of MultiRAE Pro Monitor (Training can be provide as literature, recorded vide, and/or video conference), 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, 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. An Offeror 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 Offerors 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. 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 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 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.
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The RFQ number is N0060422Q4065. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-06 and DFARS Publication Notice 20220623. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 325120 and the Small Business Standard is 1,000 employees. The proposed action is BRAND NAME ONLY, competitive, unrestricted action. The Small Business Office concurs with this decision.
The contractor shall be an authorized distributor of RAE Systems by Honeywell monitoring equipment and be approved by the applicable Original Equipment Manufacturer (OEM) to perform such services on the calibrated gas cylinders in accordance to established OEM guidelines.
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 contractor shall ensure that transportation and delivery of the supplies complies with all federal and state guidance/regulations.
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
52.209-2: Prohibition on Contracting with Inverted Domestic Corporations--Representation
52.211-6: Brand Name or Equal
52.212-1: Instructions to Offerors -- Commercial Items
52.212-3 & Alt I: Offeror Representations and Certifications -- Commercial Items
52.212-4: Contract Terms and Conditions--Commercial Items
52.212-5: Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items
52.222-3: Convict Labor
52.222-19: Child Labor--Cooperation with Authorities and Remedies (Dev 2020-O0015)
52.222-21: Prohibition of Segregated Facilities
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
52.225-13: Restriction on Certain Foreign Purchases
52.225-25: Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs
52.232-33: Payment by Electronic Funds Transfer - SAM
52.232-40: Providing Accelerated Payments to Small Business Subcontractors
52.247-34: FOB Destination
52.252-1: Solicitation Provisions Incorporated by Reference
52.252-2: Clauses Incorporated by Reference
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
252.204-7015: Disclosure of Information to Litigation Support Contractors
252.211-7003 : Item Unique Identification and Valuation
252.225-7001: Buy American Act & Balance of Payments Program
252.232-7003: Electronic Submission of Payment Requests and Receiving Reports
252.232-7006: Wide Area Workflow Payment Instructions
252.232-7010: Levies on Contract Payments
252.244-7000: Subcontracts for Commercial Items
252.247-7023: Transportation of Supplies by Sea
Unique Entity Identifier
Protests after Award
52.204-10: Reporting Executive Compensation and First-Tier Subcontract Awards
52.232-39: Unenforceability of Unauthorized Obligations
252.204-7003: Control of Government Personnel Work Product
252.223-7008: Prohibition of Hexavalent Chromium
52.204-16: Commercial and Government Entity Code Reporting
52.204-18: Commercial and Government Entity Code Maintenance
52.204-21: Basic Safeguarding of Covered Contractor Information Systems
52.204-24: Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.203-19 : Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-23: Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.204-25: Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment
52.209-10: Prohibition on Contracting with Inverted Domestic Corporations
52.209-6: Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
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
252.225-7012: Preference for Certain Domestic Commodities
252.225-7048: Export-Controlled Items
252.225-7972 (Dev 2020-O0015): Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015)
252.225-7973 (Dev 2020-O0015): Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015)