Auction Tender Results
DEFENSE LOGISTICS AGENCY DLA USA Tender Result
Result Stage: Awarded (AOC Available)
United States
A Solicitation Will Be Issued For End Item: F/a-18 Hornet, Nsn 1560-01-574-8411, Rib, Airfoil, Iqc 1000112528. Government First Article Testing (fat) Is Required. The Required Delivery Is 180 Days Aro For Fat Samples And 280 Days After Fat Approval For Production Units. Contractor Production Lot Testing Is Required. Configuration Control Item. Critical Application Item. Navy Critical Safety Item. Naics Is 336413. This Is An Unrestricted Procurement. Other Than Full And Open Competition, Potential Sources: Seyer Industries, Inc., Cage 19494 And The Boeing Company, Cage 76301. Fob Destination, Inspection/acceptance Origin. This Is A Request For Proposal For An Indefinite Quantity Contract. Estimated Annual Quantities For A Base Period Of Five Years With Zero (0) Options Will Be 88 Each. Surge Requirements Do Not Apply.
the Solicitation Includes Note L09, Reverse Auction.
the Solicitation Document Contains Information That Has Been Designated As “militarily Critical Technical Data.” Only Businesses That Have Been Certified By The Department Of Defense, United States/canada Joint Certification Office, And Have A Valid Requirement May Have A Copy Of The Solicitation Document. All Requests For Copies Of The Solicitation Document Must Include A Certified Copy Of Dd Form 2345, Military Critical Technical Data Agreement. To Obtain Certification, Contact: U.s./canada Joint Certification Office, Dla Logistics Information Service, Federal Center, 74 Washington Avenue North, Battle Creek, Mi 49037-3084 Or Call (877) 352-2255.
specifications, Plans, Or Drawings Relating To The Procurement Described Are Not Available And Cannot Be Furnished By The Government. Export Control Drawing Applies. Request For Written Proposal, Please Submit Offers To Fax # (804) 279-4165. Offerors Must Complete A Copy Of The Solicitation In Order To Be Considered For Award. A Copy Of The Solicitation Will Be Made Available Via Dla Internet Bid Board System At Https://dibbs.bsm.dla.mil/ Issue Date Cited In The Rfp. From The Dibbs Homepage, Select Search Rfps. Then Choose The Rfp You Wish To Download. Rfps Are In Portable Document Format (pdf). To Download And View These Documents You Will Need The Latest Version Of Adobe Acrobat Reader. This Software Is Available Free At Http://www.adobe.com. A Paper Copy Of This Solicitation Will Not Be Available To Requestors. The Solicitation Issue Date Is On Or About February 16, 2021 With A Closing Date On Or About March 18, 2021. All Responsible Sources May Submit An Offer, Which Will Be Considered. Supplier Performance Risk System (sprs) Applies. The Final Contract Award Decision May Be Based Upon A Combination Of Price, Past Performance, And Other Evaluation Factors As Described In The Solicitation.
Contract Date30 Jul 2021
Contract AmountUSD 3.3 Million
DEFENSE LOGISTICS AGENCY DLA USA Tender Result
Result Stage: Awarded (AOC Available)
United States
Nsn: 5950-01-446-0316
pr No.: 0086526924
item: Transformer, Power
other Than Full And Open Competition Applies In Accordance With Far 6.302-1
manufacturer’s Code And Part Number: (0d3t2) P/n Z1000-2500kva
quantity: 2
unit Of Issue: Each
f.o.b: Origin
inspection/acceptance: Destination
destination Information: Comnavairpac Sd (n47792)
delivery Schedule: 1 Each In 251 Days After Date Of Contract And Any Balance Shall Be Delivered At The Rate Of 1 Each Every 30 Days Thereafter.
this Solicitation Is Being Issued Under The First Destination Transportation (fdt) Program. If This Acquisition Is For Foreign Military Sales (fms) Or Has An Apo/fpo Ship-to-address, Fdt Will Not Apply And Normal Procedures Should Be Followed.
for Fdt Program Transportation Requirements, See Procurement Notes C16 Government-arranged Transportation For Manual Award And C17 Shipments Originating From Outside The Contiguous United States.
addition Information About Fdt Can Be Found On The Fdt Website (http://www.dla.mil/fdtpi/).
all Responsible Sources May Submit An Offer/proposal Which Shall Be Considered.
the Following Government-wide Numbered Note(s) Applies:
*based Upon Market Research, The Government Is Not Using The Policies Contained In Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify To The Contracting Officer Their Interest And Capability To Satisfy The Government's Requirement With A Commercial Item Within 15 Days Of This Notice. ;
the Solicitation Will Be Available At Https://www.dibbs.bsm.dla.mil/rfp On Its Issue Date Of (on Or About) 2/01/2021 .
adequate Data For The Evaluation Of Alternate Offers Is Not Available At The Procurement Agency. The Offeror Must Provide A Complete Data Package Including Data For The Approved And Alternate Part For Evaluation.
specifications, Plans, Or Drawings Are Not Available.
for Those Sources Who Are Interested In Becoming An Approved Source, Procurement Notes L04 (offers For Part Numbered Items) And M06 (evaluation Of Offers For Part Numbered Items), Outlines The Offeror’s Requirements And Will Be Included In The Solicitation.
this Acquisition Is For Supplies For Which The Government Does Not Possess Complete, Unrestrictive Technical Data; Therefore, The Government Intends To Solicit And Contract With Only Approved Sources Under The Authority Of 10 U.s.c. 2304(c)(1). Approved Source Is: Abb Enterprise Software Inc. (0d3t2).
while Price May Be A Significant Factor In The Evaluation Of Offers, The Final Award Decision Will Be Based Upon A Combination Of Price, Delivery, Past Performance And Other Evaluation Factors As Described In The Solicitation.
reverse Auction Does Not Apply.
Contract Date7 Dec 2021
Contract AmountUSD 1.9 Million
Justice, Department Of Tender Result
Result Stage: Awarded (AOC Available)
United States
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 15b10723q00000043 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 311421 With A Small Business Size Standard Of 1,000.00 Employees. This Requirement Is A Small Business Set-aside And Only Qualified Sellers 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: 2023-06-22 12:00:00.0 Eastern Time. This Time Supersedes The Offers Due Time Listed Above. Fob Destination Shall Be Cumberland, Md 21502the Fci Cumberland Federal Correctional Institution Requires The Following Items, Meet Or Exceed, To The Following: Li 001: Beans, Baked Beans, Canned, In Brine, Meatless, (no Pork). (cid Aa20134d, Type I, Class J, Style 1, Nutrient Content Claim D, Agricultural Practice (1)). 6/#10 Cans Per Case, 24, Cs;li 002: Tuna, Can, Light Or White (albacore), Packed In Water, Salt/sodium Level Regular, No Salt Added, Very Low Sodium, Or Low Sodium. (cid A-a-20155d, Type A Or B, Form I, Color A Or B, Packing Media 1, Salt/sodium Level A, B, C, Or D). Sodium Content Will Not Exceed 1.5% Salt. Tuna Can Be A Product Of The U.s. Or Other Foreign Country That Meets The Requirements Of 21 Cfr 123.12. Product May Contain Vegetable Broth. Quote Must Specify Size And Packing Of Case., 75, Cs;li 003: Vegetable, Spinach, Canned, Sliced, Diced, Julienne, French Style, Or Cut. Minimum Drain Weight 64 Oz. U.s. Grade A, U.s. Fancy, U.s. Grade C Or U.s. Standard As Defined In Food And Drug Standard Of Identity 21 Cfr 155.200. Originated From Crops That Have Been 100 Percent Grown, Processed, And Packed In The United States Or Canada. 6/#10 Cans Per Case., 56, Cs;li 004: Vegetable, Corn, Whole Kernel (whole Grain), Canned, Conventional Or Supersweet, Golden (or Yellow), Grade A - C. As Defined In Food And Drug Standard Of Identity 21 Cfr 155.130 Originated From Crops That Have Been 100 Percent Grown, Processed, And Packed In The United States Or Canada. 6/#10 Cans Per Case Or 6/75 Oz Vac-pack Cans Per Case., 224, Cs;li 005: Vegetable, Beans, Green, Canned, Cut, Sliced Lengthwise, Or French Style, Round Tye, Good To Reasonably Good Character (a Or B), Minimum Drain Weight 59 Oz. U.s. Grade A-c. As Defined In Food And Drug Standard Of Identity 21 Cfr 155.120. Originated From Crops That Have Been 100 Percent Grown, Processed, And Packed In The United States Or Canada. 6/#10 Cans Per Case., 280, Cs;li 006: Fruit, Apples, Sliced Or Diced, Canned, U.s. Grade A, B, C, Or U.s. Fancy. Packed In Light Syrup, Lightly Sweetened Fruit Juice And Water, Lightly Sweetened Fruit Juice, Slightly Sweetened Water, Extra Light Syrup, Slightly Sweetened Fruit Juice And Water, Extra Light Syrup, Slightly Sweetened Fruit Juice And Water, Slightly Sweetened Fruit Juice, Or In Water. 6/#10 Cans Per Case, 56, Cs;li 007: Beans, Blackeye Peas, Canned, In Brine, Meatless. (cid A-a-20134d, Type 1, Class F, Style 1), Nutrient Content Claim D, Agricultural Practice (1). 6/#10 Cans Per Case, 24, Cs;li 008: Vegetable, Carrots, Canned, Sliced, Diced, Julienne, French Style, Or Cut. Minimum Drain Weight 64 Oz. U.s. Grade A, U.s. Fancy, U.s. Grade C Or U.s. Standard. As Defined In Food And Drug Standard Of Identity 21 Cfr 155.200. Originated From Crops That Have Been 100 Percent Grown, Processed, And Packed In The United States Or Canada. 6/#10 Cans Per Case. State Can On Bid., 168, Cs;li 009: Tomato Catsup, As Defined In The Standard Of Identity For Catsup, Ketchup, Catchup (21 Cfr 155.194). U.s. Grade A-c. 6/#10 Cans Per Case., 56, Cs;li 010: Tomatoes, Canned, Diced, As Defined In The Standard Of Identity For Canned Tomatoes (21 Cfr155.190). U.s. Grade Ac, Average Drained Weight Of 54.7 To 63.5 Ounces Per #10 Can. 6/#10 Cans Per Case., 168, Cs;li 011: Vegetable, Beans, Wax, Canned, Cut, Sliced Lengthwise, Or French Style, Good To Reasonably Good Character (a Or B), Minimum Drain Weight 59 Oz. U.s. Grade A - C. As Defined In Food And Drug Standard Of Identity 21 Cfr 155.120. Originated From Crops That Have Been 100 Percent Grown, Processed, And Packed In The United States Or Canada. 6/#10 Cans Per Case., 56, Cs;li 012: Tomato, Paste, As Defined In The Standard Of Identity For Tomato Paste (21 Cfr 155.191). Natural Tomato Soluble Solids Ranging From Extra Heavy To Medium Concentration (28 To 39.3%). U.s. Grade A, U.s. Fancy, U.s. Grade C, Or U.s. Standard. 6/#10 Cans, 56, Cs;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, Fci Cumberland Federal Correctional Institution 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 Bids, Which Descend In Price During The Specified Period Of Time For The Aforementioned Reverse Auction. Fci Cumberland Federal Correctional Institution 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 Sellers 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.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 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 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.as Defined In The Federal Acquisition Regulation (far) 2.101, The Terms Offer And Offeror Refer To A Response To A Solicitation That, If Accepted, Would Bind The Submitter To Perform The Resultant Contract. The Terms Bid And Bidder Refer To An Offer Submitted In Response To An Invitation For Bid (ifb). The Term Proposal Refers To An Offer Submitted In Response To A Request For Proposal (rfp). The Terms Quotation, Quote, And Quoter Refer To A Non-binding Submission In Response To A Request For Quotation (rfq) Which Is Not An Offer.unless The Buyer Indicates Otherwise Within A Particular Line Item Description, Each Seller Shall Include In Its Online Bid/proposal/quotation Individual Pricing For All Required Line Items In Order To Be Considered For Award (i.e., Do Not Use The Included In Another Line Item Function When Pricing Each Line Item). If A Line Item Cannot Be Separately Priced, You Must Notify The Buyer Through The Fedbid Submit A Question Feature Regarding Which Line Item(s) Should Be Included In Which Other Line Item(s) And Request Reposting. Failure To Comply With This Term May Result In The Bid/proposal/quotation Being Determined To Be Unacceptable.new Equipment Only; No Remanufactured Or "gray Market" Items. All Items Must Be Covered By The Manufacturer's Warranty.bid/offer Must Be Good For 60 Calendar Days After Close Of Buy, Unless Otherwise Indicated.shipping Must Be Free On Board (fob) Destination Conus (continental U.s.), Which Means That The Seller Must Deliver The Goods On Its Conveyance At The Destination Specified By The Buyer, And The Seller Is Responsible For The Cost Of Shipping And Risk Of Loss Prior To Actual Delivery At The Specified Destination.this Solicitation Requires Registration With The System For Award Management (sam) At The Time An Offer Or Quotation Is Submitted, Excluding The Exceptions Outlined In Far 4.1102(a). Registration Information Can Be Found At Www.sam.gov.no Partial Shipments Are Permitted Unless Specifically Authorized At The Time Of Award.q&a -please Submit All Questions By Using The 'submit A Question' Button. This Buy Will Then Be Reposted With Q&a Based On The Questions That Come In (if Applicable).the Contracting Officer Will Indicate Elsewhere In This Buy As To Whether Responses Will Be Evaluated For Award Based Either Upon (a) Price And Pricing Factors Only (bids/quotes) Or (b) Price And Other Factors (proposals/quotes). All Bids/proposals/quotations Must Conform To The Listed Specifications Or The Statement Of Work. If Award Criteria Are Based Upon (b) Price And Other Factors, The Contracting Officer Shall Clearly Indicate The Criteria To Be Applied Elsewhere In This Buy.in Addition To Providing Pricing At Www.unisonmarketplace.com For This Solicitation, Each Bidder/offeror/quoter Must Provide Any Required, Non-pricing Responses (e.g. Technical Proposal, Representations And Certifications, Etc.) So That They Are Received No Later Than The Closing Date And Time For This Buy. Submissions Can Be Sent To Marketplacesupport@unisonglobal.com.for Exact Match Only Commodity Buys- No Substitutions, Exact Match Only. The Bidder/offeror/quoter May Not Substitute Any Item/service Listed On This Order Without Prior Written Approval From The Bop Contracting Officer. No Other Individual Is Authorized, Either Verbally Or In Writing To Change Part Numbers, Manufacturer, Quantity, Delivery Dates, Or Any Other Specifications Of This Buy. Items/services That Do Not Conform To Descriptions And Part Numbers Found In This Buy Will Be Rejected At The Time Of Delivery Causing A Return At The Contractor's Expense.for All Buys Other Than Exact Match Sellers Must Document What They Are Bidding For Evaluation For Award. Sellers Must Include, Extended Specs And/or Manufacturer Name And Part Numbers (if Applicable). Failure To Do This May Result In Non-consideration Of The Bid/proposal/quotation. This Information Is Required In Order For A Sellers Bid/proposal/quotation To Be Evaluated For Award. Far 52.211-6.
Contract Date29 Jun 2023
Contract AmountUSD 36.5 K
Justice, Department Of Tender Result
Result Stage: Awarded (AOC Available)
United States
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 1140467 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 311999 With A Small Business Size Standard Of 700.00 Employees. This Requirement Is A Small Business Set-aside And Only Qualified Sellers 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: 2023-06-05 11:00:00.0 Eastern Time. This Time Supersedes The Offers Due Time Listed Above. Fob Destination Shall Be Oakdale, La 71463the Doj Bop Field Offices - Fcc Oakdale Requires The Following Items, Meet Or Exceed, To The Following: Li 001: Dairy, Milk, Pasteurized, Nonfat, Skim, Or Fat Free, No Flavor. (cid A-a-20338a, Group I, Type D, Flavor 5 - No Flavor, Packaging Size J, Agricultural Practice (1)). 5 Gallon Containers For Milk Dispenser. Weekly Delivery Schedule Will Be Supplied. Bulk Milk And 1/2 Pints Awarded Together. Delivery Will Be Approximately 6 Containers Per Week For 13 Weeks For A Total Of 78 Containers., 78, Ct;li 002: Kosher Milk, Fresh, Nonfat, Skim, Or Fat Free, Individual 8 Ounce Serving. 1/2 Pint. Must Be Processed Under Ultra High Temperatures (uht). Product Can Be A Plant-based Dairy Substitute. Certified Kosher. *each Individual Package Must Be Marked With The Kosher Certification Hechsher. Total Amount May Be Adjusted To The Next Highest Case Count. Delivery Will Be Approximately 22,000 Containers Per Week For 13 Weeks For A Total Of 286,000 Containers., 286000, 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, Doj Bop Field Offices - Fcc Oakdale 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. Doj Bop Field Offices - Fcc Oakdale 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.as Defined In The Federal Acquisition Regulation (far) 2.101, The Terms “offer” And “offeror” Refer To A Response To A Solicitation That, If Accepted, Would Bind The Submitter To Perform The Resultant Contract. The Terms “bid” And “bidder” Refer To An Offer Submitted In Response To An Invitation For Bid (ifb). The Term “proposal” Refers To An Offer Submitted In Response To A Request For Proposal (rfp). The Terms “quotation,” “quote,” And “quoter” Refer To A Non-binding Submission In Response To A Request For Quotation (rfq) Which Is Not An Offer.unless The Buyer Indicates Otherwise Within A Particular Line Item Description, Each Seller Shall Include In Its Online Bid/proposal/quotation Individual Pricing For All Required Line Items In Order To Be Considered For Award (i.e., Do Not Use The included In Another Line Item Function When Pricing Each Line Item). If A Line Item Cannot Be Separately Priced, You Must Notify The Buyer Through The Fedbid submit A Question Feature Regarding Which Line Item(s) Should Be Included In Which Other Line Item(s) And Request Reposting. Failure To Comply With This Term May Result In The Bid/proposal/quotation Being Determined To Be Unacceptable.new Equipment Only; No Remanufactured Or "gray Market" Items. All Items Must Be Covered By The Manufacturer's Warranty.bid/offer Must Be Good For 60 Calendar Days After Close Of Buy, Unless Otherwise Indicated.shipping Must Be Free On Board (fob) Destination Conus (continental U.s.), Which Means That The Seller Must Deliver The Goods On Its Conveyance At The Destination Specified By The Buyer, And The Seller Is Responsible For The Cost Of Shipping And Risk Of Loss Prior To Actual Delivery At The Specified Destination.this Solicitation Requires Registration With The System For Award Management (sam) At The Time An Offer Or Quotation Is Submitted, Excluding The Exceptions Outlined In Far 4.1102(a). Registration Information Can Be Found At Www.sam.gov.no Partial Shipments Are Permitted Unless Specifically Authorized At The Time Of Award. Weekly Deliveries Will Be Scheduled With The Food Service Department. See Line Item Description For Delivery Requirements.q&a -please Submit All Questions By Using The 'submit A Question' Button. This Buy Will Then Be Reposted With Q&a Based On The Questions That Come In (if Applicable).the Contracting Officer Will Indicate Elsewhere In This Buy As To Whether Responses Will Be Evaluated For Award Based Either Upon (a) Price And Pricing Factors Only (bids/quotes) Or (b) Price And Other Factors (proposals/quotes). All Bids/proposals/quotations Must Conform To The Listed Specifications Or The Statement Of Work. If Award Criteria Are Based Upon (b) Price And Other Factors, The Contracting Officer Shall Clearly Indicate The Criteria To Be Applied Elsewhere In This Buy.in Addition To Providing Pricing At Www.unisonmarketplace.com For This Solicitation, Each Bidder/offeror/quoter Must Provide Any Required, Non-pricing Responses (e.g. Technical Proposal, Representations And Certifications, Etc.) So That They Are Received No Later Than The Closing Date And Time For This Buy. Submissions Can Be Sent To Marketplacesupport@unisonglobal.comfor Exact Match Only Commodity Buys- No Substitutions, Exact Match Only. The Bidder/offeror/quoter May Not Substitute Any Item/service Listed On This Order Without Prior Written Approval From The Bop Contracting Officer. No Other Individual Is Authorized, Either Verbally Or In Writing To Change Part Numbers, Manufacturer, Quantity, Delivery Dates, Or Any Other Specifications Of This Buy. Items/services That Do Not Conform To Descriptions And Part Numbers Found In This Buy Will Be Rejected At The Time Of Delivery Causing A Return At The Contractor's Expense.for All Buys Other Than Exact Match Sellers Must Document What They Are Bidding For Evaluation For Award. Sellers Must Include, Extended Specs And/or Manufacturer Name And Part Numbers (if Applicable). Failure To Do This May Result In Non-consideration Of The Bid/proposal/quotation. This Information Is Required In Order For A Seller’s Bid/proposal/quotation To Be Evaluated For Award. Far 52.211-6.please See Attached Delivery Requirements For Weekly Deliveries. Deliveries Will Be Made Monday Thru Friday From 6:00 Am To 2:30pm, Federal Holiday Deliveries Will Not Be Accepted. Contractor Failure To Meet Delivery Schedules Without An Excusable Delay And/or Failure To Conform To Contract Specifications Will Negatively Affect The Contractor's History Of Past Performance. Past Performance Information May Be Used By The Government To Make Future Award Decisions And/or May Result In A Finding That The Quoter Is Not Responsible For The Award Of Future Requirements. Delivery Schedules Must Be Pre-arranged With The Receiving Warehouse. Warehouse Phone: 318-215-2362in Accordance With Far 15.304(e), The Evaluation Factors Other Than Cost/price, When Combined, Are Significantly More Important Than Cost Or Price; However, Cost/price Will Contribute Substantially To The Selection Decision.the Delivered Item(s) Must Comply With All Applicable Federal, State, And Local Mandatory Requirements And Regulations Relating To The Preparation, Packaging, Labeling, Storage, Distribution, And Sale Of The Supplies In The Commercial Marketplace. Delivered Item(s) Must Comply With All Applicable Provisions Of The Federal Food, Drug, And Cosmetic (fd&c) Act, The Fair Packaging And Labeling Act, And Regulations Promulgated Thereunder. When A Known Allergen Is Included In The Item(s), The Item(s) Must Comply With The Allergen Labeling Requirements Of The Fd&c Act. Major Allergens Identified In The Fd&c Act Include: Wheat, Fish, Milk, Soy, Tree Nuts, Eggs, Peanuts, And Shellfish Or Those In Effect On The Date Of The Solicitation, Contract, Or Purchase Order. Failure To Comply With The National Menu Specifications Will Result In Your Quoted Item Not Being Considered For Award. No Specification Substitutions Will Be Accepted. If A Specification Does Not State It Must Be A Product Of The United States Or Canada, It Is Acceptable For It To Be A "product Of" A Foreign Country And Distributed In The United States Or Puerto Rico. When Options Are Offered On The Specifications, It Is The Fsa's Determination As To What Options Are Put Out To Bid. Not All Options Need Be Put Out For Bid. (i.e., Cans And Pouches). Items That Are Fried May Be Baked At The Institutions Discretion. The Nfsa/chief Dietitian Will Make The Final Determination On Product Compliance.bid Must Be Good For 30 Calendar Days After Close Of Buy.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 52.212-3, 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/.please Be Aware That All Awards Will Contain Far Clause 52.232-18 Availability Of Funds. As Prescribed In 32.706-1(a), Insert The Following Clause: Availability Of Funds (apr 1984) Funds Are Not Presently Available For This Contract. The Government’s Obligation Under This Contract Is Contingent Upon The Availability Of Appropriated Funds From Which Payment For Contract Purposes Can Be Made. No Legal Liability On The Part Of The Government For Any Payment May Arise Until Funds Are Made Available To The Contracting Officer For This Contract And Until The Contractor Receives Notice Of Such Availability, To Be Confirmed In Writing By The Contracting Officer. (end Of Clause)
Contract Date12 Jul 2023
Contract AmountUSD 91.3 K
Dept Of Defense Tender Result
Result Stage: Awarded (AOC Available)
United States
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 0011885080 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 2023-01. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 339940 With A Small Business Size Standard Of 750.00 Employees. This Requirement Is A Small Business Set-aside And Only Qualified Sellers 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: 2023-01-13 13:00:00.0 Eastern Time. This Time Supersedes The Offers Due Time Listed Above. Fob Destination Shall Be Fort Hood, Tx 76544the Micc Fort Hood Requires The Following Items, Meet Or Exceed, To The Following: Li 001: Smd-2mm® Solid State Media Disintegrator (230v) 1 Phase Na
specifications:
✓ Listed In The National Security Agency (nsa) Evaluated Products List Solid State Media Disintegrators (epl-ss)
✓ Disintegrators Evaluated And Approved By The National Security Agency
(nsa) For The Physical Destruction Of Solid State Media, Such As Memory
cards, Thumb Drives, Solid State Drives, Cell Phones And Tablets, As Well As Optical Media Such As Cds And Dvds To 2mm Particle Size.
✓ Accepts Media Up To 0.85 Inch By 8 Inches.
✓ Simple, Automatic Push-button Operation.
✓ Has And Automatic Bin-full Sensor. Has An Internal Brain To Sense
overload And Momentarily Reverse Automatically To Clear And Prevent
jams.
✓ Has Life-extend® Destruction Blades, Grinders And Screens That Must Be
easily Reused, Adjusted And Replaced.
✓ Acoustics Are 80 Db.
✓ Has Self-contained, 3-phase Air Filtration System Consisting Of Pre, Carbon And Hepa Filters.
✓ Blades Are Out Of Reach And The Device Has An Emergency Stop Button As
well As Safety Rated Cover Interlocks.
✓ Device’s Main Power Switch Is Able To Accept A Lock For Lockout/tagout In The Off Position.
✓ Footprint Is 27 Inches X 42.5 Inches With A Height Of 48 Inches; Fits
through Standard Doorway And Weighs 1,180 Lbs.
✓ Device Is On Castor Wheels And Includes Cleaning Tools.
✓ Device Is 200-240v, 1 Phase, 50/60 Hz, And Draws 6a., 1, Ea;li 002: Ssmd-2mm® Solid State Media Disintegrator Level 3 Spare Parts Kit
✓ (2) 2mm Screens
✓ (4) Bed Knives
✓ (1) Grinder Rotary Cutter Replacement Assembly, 1, Ea;li 003: Ssmd-2mm® Solid State Media Disintegrator Air Filter Set
✓ (1) Pre-filter
✓ (1) Carbon Filter
✓ (1) Hepa Filter, 1, Ea;li 004: Ssmd-2mm® Solid State Media Disintegrator Debris Bin Bags
✓ Set Of 50 Bags, 1, Ea;li 005: Option: Solid State Media Disintegrator 2year Extended Warranty Added To The Included One Year Warranty For A Total Warranty Of Three Years Or Equal, 1, 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 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 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.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 334111 With The Related Size Standard Of 7490. 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 Productsfob Destination Conus (continental U.s.)bid Must Be Good For 90 Days, After Submission. No Partial Bids Will Be Accepted.
Contract Date31 Jan 2023
Contract AmountUSD 78.4 K
Dept Of Defense Tender Result
Result Stage: Awarded (AOC Available)
United States
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 W912kc23q0068 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 333924 With A Small Business Size Standard Of 900.00 Employees. This Requirement Is A Small Business Set-aside And Only Qualified Sellers 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: 2023-06-15 11:00:00.0 Eastern Time. This Time Supersedes The Offers Due Time Listed Above. Fob Destination Shall Be Annville, Pa 17003the National Guard - Pennsylvania Requires The Following Items, Brand Name Or Equal, To The Following: Li 001: Manufacturer: Yard King
model Number: Ramp S-8012040-l
brand Name Or Equal To Product Identified Above. Reference Salient Characteristics On Attached Purchase Description., 1, 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, National Guard - Pennsylvania 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. National Guard - Pennsylvania 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.new Equipment Only; No Remanufactured Or "gray Market" Items. All Items Must Be Covered By The Manufacturer's Warranty.bid Must Be Good For 30 Calendar Days After Close Of Buy.shipping Must Be Free On Board (fob) Destination Conus (continental U.s.), Which Means That The Seller Must Deliver The Goods On Its Conveyance At The Destination Specified By The Buyer, And The Seller Is Responsible For The Cost Of Shipping And Risk Of Loss Prior To Actual Delivery At The Specified Destination.this Solicitation Requires Registration With The System For Award Management (sam) Prior To Award, Pursuant To Applicable Regulations And Guidelines. Registration Information Can Be Found At Www.sam.gov.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 52.212-3, 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/.this Solicitation Is Issued As A Request For Quotation (rfq), Not An Invitation For Bid (ifb).52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment; 52.204-7, System For Award Management; 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards; 52.204-13, System For Award Management Maintenance; 52.204-16, Commercial And Government Entity Code Reporting; 52.204-18, Commercial And Government Entity Code Maintenance; 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 Telecommunications And Video
surveillance Services Or Equipment;52.204-26, Covered Telecommunications Equipment Or Services-- Representation; 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment; 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations; 52.212-1, Instructions To Offerors—commercial Items; 52.212-3, Offeror Representations And Certifications—commercial Items; 52.212-3, Offeror Representations And Certifications—commercial Items--alternate I; 52.212-4, Contract Terms And Conditions—commercial
items; 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders— Commercial Items; 52.219-6 (dev), Notice Of Total Small Business Set-aside (deviation 2020-o00008).; 52.219-28, Post-award Small Business Program Rerepresentation;52.219-33, Non-manufacturer Rule (mar 2020) (deviation 2020-o0008); 52.222-3, Convict Labor; 52.222-19, Child Labor—cooperation With Authorities And Remedies (deviation 2020-o0019) (jul 2020); 52.222-21, Prohibition Of Segregated Facilities; 52.222-26, Equal Opportunity;52.222-35, Equal Opportunity For Veterans.
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; 52.225-1, Buy American Act--supplies; 52.225-13, Restrictions On Certain Foreign Purchases; 52.232-33, Payment By Electronic Funds Transfer—system For Award Management; 52.232-40, Providing Accelerated Payments To Small; 52.233-3, Protest After Award; 52.233-4, Applicable Law For Breach Of Contract Claim; 52.252-2 Clauses Incorporated By Reference252.203-7000, Requirements Relating To Compensation Of Former Dod Officials; 252.203-7005, Representation Relating To Compensation Of Former Dod Officials; 252.204-7003, Control Of Government Personnel Work Product;252.204-7008, Compliance With Safeguarding Covered Defense Information Controls; 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.; 252.223-7008, Prohibition Of Hexavalent Chromium; 252.225-7000, Buy American-- Balance Of Payments Program Certificate--basic; 252.225-7001, Buy American And Balance Of Payments Program--basic; 252.225-7035, Buy American--free Trade Agreements--balance Of Payments Program Certificate--basic; 252.225-7036, Buy American—free Trade Agreements— 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; 252.232-7017, Accelerating Payments To Small Business Subcontractors-- Prohibition On Fees And Consideration; 252.244-7000, Subcontracts For Commercial Items; 252.246-7003, Notification Of Potential Safety Issues; 252.246-7004, Safety Of Facilities, Infrastructure, And Equipment For Military Operations; 252.246-7008,sources Of Electronic Parts; 252.247-7023, Transportation Of Supplies By Sea--basicwide Area Workflow Payment Instructions: All Invoices Must Be Submitted Via Wawf. It Is Mandatory For You To Use This E-invoicing System To Ensure Timely Payment Of Your Invoice. Wawf Is A Web-based Tool For The Processing Of Invoices/receiving Reports. The Website For This System Is Https://wawf.eb.mil/iaw Far 52.212-2; Evaluation - Commercial Items, The Following Factor Shall Be Used To Evaluate Offers: An Award Will Be Made On The Basis Of The Price Only. Quotes Must Meet All Other Terms And Conditions Of This Solicitation With No Exceptions Taken. The Vendor Shall Have An Acceptable Or Neutral Past Performance Rating In The Supplier Performance Risk System (sprs).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 Using The Size Standards Tool, Or By Referencing The Sba's Table Of Small Business Size Standards. These Webpages Can Be Found At Https://www.sba.gov/federal-contracting/contracting-guide/size-standardsthe Seller Must Complete And Provide The Representations At 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; And 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment.52.211-6 Brand Name Or Equal (a) If An Item In This Solicitation Is Identified As “brand Name Or Equal,” The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government's Needs. The Salient Physical, Functional, Or Performance Characteristics That “equal” Products Must Meet Are Specified In The Solicitation. (b) To Be Considered For Award, Offers Of “equal” Products, Including “equal” Products Of The Brand Name Manufacturer, Must-- (1) Meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation; (2) Clearly Identify The Item By-- (i) Brand Name, If Any; And (ii) Make Or Model Number; (3) Include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To The Contracting Officer; And (4) Clearly Describe Any Modifications The Offeror Plans To Make In A Product To Make It Conform To The Solicitation Requirements. Mark Any Descriptive Material To Clearly Show The Modifications. (c) The Contracting Officer Will Evaluate “equal” Products On The Basis Of Information Furnished By The Offeror Or Identified In The Offer And Reasonably Available To The Contracting Officer. The Contracting Officer Is Not Responsible For Locating Or Obtaining Any Information Not Identified In The Offer. (d) Unless The Offeror Clearly Indicates In Its Offer That The Product Being Offered Is An “equal” Product, The Offeror Shall Provide The Brand Name Product Referenced In The Solicitation.
Contract Date30 Jun 2023
Contract AmountUSD 49.4 K
FEDERAL PRISON SYSTEM BUREAU OF PRISONS USA Tender Result
Result Stage: Awarded (AOC Available)
United States
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 1160387 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 2024-01. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 311999 With A Small Business Size Standard Of 700.00 Employees. This Requirement Is A Small Business Set-aside And Only Qualified Sellers 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: 2023-12-07 12:00:00.0 Eastern Time. This Time Supersedes The Offers Due Time Listed Above. Fob Destination Shall Be Oakdale, La 71463the Doj Bop Field Offices - Fcc Oakdale Requires The Following Items, Meet Or Exceed, To The Following: Li 001: Dairy, Milk, Pasteurized, Nonfat, Skim, Or Fat Free, No Flavor. (cid A-a-20338a, Group I, Type D, Flavor 5 - No Flavor, Packaging Size J, Agricultural Practice (1)). 5 Gallon Containers For Milk Dispenser. 5 Gallon Containers For Milk Dispenser. Weekly Delivery Schedule Will Be Supplied. Bulk Milk And 1/2 Pints Awarded Together. Delivery Will Be Approximately 6 Containers Per Week For 13 Weeks For A Total Of 78 Containers., 78, Ct;li 002: Kosher Milk, Fresh, Nonfat, Skim, Or Fat Free, Individual 8 Ounce Serving. 1/2 Pint. Must Be Processed Under Ultra High Temperatures (uht). Product Can Be A Plant-based Dairy Substitute. Certified Kosher. *each Individual Package Must Be Marked With The Kosher Certification Hechsher. Total Amount May Be Adjusted To The Next Highest Case Count. Delivery Will Be Approximately 24,616 Containers Per Week For 13 Weeks For A Total Of 286,000 Containers., 320008, 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, Doj Bop Field Offices - Fcc Oakdale 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 Bids, Which Descend In Price During The Specified Period Of Time For The Aforementioned Reverse Auction. Doj Bop Field Offices - Fcc Oakdale 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 Sellers 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.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 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 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.as Defined In The Federal Acquisition Regulation (far) 2.101, The Terms Offer And Offeror Refer To A Response To A Solicitation That, If Accepted, Would Bind The Submitter To Perform The Resultant Contract. The Terms Bid And Bidder Refer To An Offer Submitted In Response To An Invitation For Bid (ifb). The Term Proposal Refers To An Offer Submitted In Response To A Request For Proposal (rfp). The Terms Quotation, Quote, And Quoter Refer To A Non-binding Submission In Response To A Request For Quotation (rfq) Which Is Not An Offer.unless The Buyer Indicates Otherwise Within A Particular Line Item Description, Each Seller Shall Include In Its Online Bid/proposal/quotation Individual Pricing For All Required Line Items In Order To Be Considered For Award (i.e., Do Not Use The Included In Another Line Item Function When Pricing Each Line Item). If A Line Item Cannot Be Separately Priced, You Must Notify The Buyer Through The Fedbid Submit A Question Feature Regarding Which Line Item(s) Should Be Included In Which Other Line Item(s) And Request Reposting. Failure To Comply With This Term May Result In The Bid/proposal/quotation Being Determined To Be Unacceptable.new Equipment Only; No Remanufactured Or "gray Market" Items. All Items Must Be Covered By The Manufacturer's Warranty.bid/offer Must Be Good For 60 Calendar Days After Close Of Buyshipping Must Be Free On Board (fob) Destination Conus (continental U.s.), Which Means That The Seller Must Deliver The Goods On Its Conveyance At The Destination Specified By The Buyer, And The Seller Is Responsible For The Cost Of Shipping And Risk Of Loss Prior To Actual Delivery At The Specified Destination.this Solicitation Requires Registration With The System For Award Management (sam) At The Time An Offer Or Quotation Is Submitted, Excluding The Exceptions Outlined In Far 4.1102(a). Registration Information Can Be Found At Www.sam.gov.no Partial Shipments Are Permitted Unless Specifically Authorized At The Time Of Award. Weekly Deliveries Will Be Scheduled With The Food Service Department. See Line Item Description For Delivery Requirements.q&a -please Submit All Questions By Using The 'submit A Question' Button. This Buy Will Then Be Reposted With Q&a Based On The Questions That Come In (if Applicable).award Will Be Made To Vendors That Offer The Best Value To The Government. Best Value Will Be Determined Through A Combination Or Price, Past Performance, And Quality.in Addition To Providing Pricing At Www.unisonmarketplace.com For This Solicitation, Each Bidder/offeror/quoter Must Provide Any Required, Non-pricing Responses (e.g. Technical Proposal, Representations And Certifications, Etc.) So That They Are Received No Later Than The Closing Date And Time For This Buy. Submissions Can Be Sent To Marketplacesupport@unisonglobal.comfor Exact Match Only Commodity Buys- No Substitutions, Exact Match Only. The Bidder/offeror/quoter May Not Substitute Any Item/service Listed On This Order Without Prior Written Approval From The Bop Contracting Officer. No Other Individual Is Authorized, Either Verbally Or In Writing To Change Part Numbers, Manufacturer, Quantity, Delivery Dates, Or Any Other Specifications Of This Buy. Items/services That Do Not Conform To Descriptions And Part Numbers Found In This Buy Will Be Rejected At The Time Of Delivery Causing A Return At The Contractor's Expense.per The Period Of Performance, A Complete Delivery Of All Awarded Items Is Expected During From1/2/2024 - 1/19/2024 Mandatory. Deliveries After 1/19/24 May Be Subject To Cancellation. Deliveries Willbe Made Monday Thru Friday From 6:00 Am To 2:30pm, Federal Holiday Deliveries Will Not Be Accepted.contractor Failure To Meet Delivery Schedules Without An Excusable Delay And/or Failure To Conform Tocontract Specifications Will Negatively Affect The Contractor's History Of Past Performance. Pastperformance Information May Be Used By The Government To Make Future Award Decisions And/or Mayresult In A Finding That The Quoter Is Not Responsible For The Award Of Future Requirements. Deliveryschedules Must Be Pre-arranged With The Receiving Warehouse. Warehouse Phone: 318-215-2362in Accordance With Far 15.304(e), The Evaluation Factors Other Than Cost/price, When Combined, Are Significantly More Important Than Cost Or Price; However, Cost/price Will Contribute Substantially To The Selection Decision.the Delivered Item(s) Must Comply With All Applicable Federal, State, And Local Mandatory Requirements And Regulations Relating To The Preparation, Packaging, Labeling, Storage, Distribution, And Sale Of The Supplies In The Commercial Marketplace. Delivered Item(s) Must Comply With All Applicable Provisions Of The Federal Food, Drug, And Cosmetic (fd&c) Act, The Fair Packaging And Labeling Act, And Regulations Promulgated Thereunder. When A Known Allergen Is Included In The Item(s), The Item(s) Must Comply With The Allergen Labeling Requirements Of The Fd&c Act. Major Allergens Identified In The Fd&c Act Include: Wheat, Fish, Milk, Soy, Tree Nuts, Eggs, Peanuts, And Shellfish Or Those In Effect On The Date Of The Solicitation, Contract, Or Purchase Order. Failure To Comply With The National Menu Specifications Will Result In Your Quoted Item Not Being Considered For Award. No Specification Substitutions Will Be Accepted. If A Specification Does Not State It Must Be A Product Of The United States Or Canada, It Is Acceptable For It To Be A "product Of" A Foreign Country And Distributed In The United States Or Puerto Rico. When Options Are Offered On The Specifications, It Is The Fsa's Determination As To What Options Are Put Out To Bid. Not All Options Need Be Put Out For Bid. (i.e., Cans And Pouches). Items That Are Fried May Be Baked At The Institutions Discretion. The Nfsa/chief Dietitian Will Make The Final Determination On Product Compliance.quotes For This Simplified Acquisition Will Be Evaluated In Accordance With Far 13.106-2.this Gives The Contracting Officer Broad Discretion In Fashioning Suitable Evaluation Procedures. Fcc Oakdale Has Experience Issues With Late Delivery And Non-deliver Over The Past Several Quarters. Best Value Will Be Determined Through A Combination Or Price, Past Performance, And Quality. As The Contracting Officer I Consider This To Be A Reasonable Method As Allowed In Far 13.106-2(3)(ii)(d)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 52.212-3, 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/.please Be Aware That All Awards Will Contain Far Clause 52.232-18 Availability Of Funds. As Prescribed In 32.706-1(a), Insert The Following Clause: Availability Of Funds (apr 1984) Funds Are Not Presently Available For This Contract. The Governments Obligation Under This Contract Is Contingent Upon The Availability Of Appropriated Funds From Which Payment For Contract Purposes Can Be Made. No Legal Liability On The Part Of The Government For Any Payment May Arise Until Funds Are Made Available To The Contracting Officer For This Contract And Until The Contractor Receives Notice Of Such Availability, To Be Confirmed In Writing By The Contracting Officer. (end Of Clause)
Contract Date3 Jan 2024
Contract AmountUSD 110.2 K
U S COAST GUARD USA Tender Result
Result Stage: Awarded (AOC Available)
United States
1. This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, Acquisition Of Commercial Items And Far Part 13, Simplified Acquisition Procedures, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals And A Written Solicitation Will Not Be Issued.
2. The Solicitation (60100pr240000169) Is Issued As A Request For Quotation (rfq). Submit Written Offers Only, Oral Offers Will Not Be Accepted. This Combined Synopsis/solicitation Requires Registration With The System For Award Management (sam) At The Time A Quote Is Submitted, Excluding Outlined In Far 4.1102(a). Registration Information Can Be Found At Https://www.sam.gov/sam/.
3. This Procurement Is Commercial; Unrestricted For To Full And Open Competition For Brand Name Product.
3.a. The Associated North American Industry Classification System (naics) Code Is 335220 With Size Standard 1,500 Employees, 238220 With Size Standard $19.0m. Product Service Code: 7320 & N047. Service Contract Act (sca) Wage Determination No.: 2015-4111 Revision No.: 26 Date Of Last Revision: 12/26/2023 Is Applicable. Wage Determinations Are Found Through Www.sam.gov
4. Brand Name Product:
description: Hobart Dishwasher, Flight Type
hobart Model No. Ft1000e+base
quantity 1 Each
uscg Academy Galley (all Hands)
*specifications Will Be Provided Under Attachment 12.f.1a_
*scope Of Work Will Be Under Attachment 3.c
5. Award Criteria - The Government Intends To Select For Award The One Responsible Quote Which Conforms To The Bidding Requirements And Buy Terms In The Auction, Proposes A Price That Is Fair And Reasonable, And Provides The Lowest Priced, Technically Acceptable (lpta) Quote Meeting The Specifications Of The Requirement. If The Lowest Priced Quote Is Not Found To Be Technically Acceptable, The Government Will Evaluate The Next Lowest Priced Quote, And So On. Quotes Determined To Be Incomplete, Unreasonable, Or Unrealistic Will Not Be Considered For Award.
5.a. The Government Will Award A Firm-fixed Price Contract Resulting From This Combined Synopsis/solicitation To The Responsible Offeror Whose Offer Conforming To The Synopsis/solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered.
6. Destination Address:
uscg Academy
15 Mohegan Avenue
new London, Ct 06040-0007
7. Quotes: All Quotes Are Due By 03/01/2023 By The Close Of Business 3:30 P.m. Est.
7.a. A Site Visit Will Be Mandatory. All Quotes Shall Have The Date The Site Visit Commenced On The Quote Upon Submission. If A Site Visit Did Not Occur, The Quote Will Be Excluded.
8. Any And All Questions Regarding This Solicitation Shall Be Submitted In Writing Including Scheduling The Site Visit. The Poc For Site Visits Is Cs1 Edward Corcino @ Edward.v.corcino@uscg.mil. Please Reference The Solicitation Id 60100pr240000169 In The Subject-block Of The Email.
8.a. All Quotes Shall Be Emailed To Katherine.m.discenza@uscg.mil Before Close Of This Solicitation.
9. Installation Costs Shall Be Included E.g. Assembly, Removal Of Old Unit, Connection Of The Unit.the Intent Is To Obtain “turn-key” Installation For This Product.
Contract Date26 Mar 2024
Contract AmountUSD 225.4 K
FEDERAL PRISON SYSTEM BUREAU OF PRISONS USA Tender Result
Result Stage: Awarded (AOC Available)
United States
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 15b10723q00000012 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 2023-01. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 311421 With A Small Business Size Standard Of 1,000.00 Employees. This Requirement Is A Small Business Set-aside And Only Qualified Sellers 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: 2022-12-19 12:00:00.0 Eastern Time. This Time Supersedes The Offers Due Time Listed Above. Fob Destination Shall Be Cumberland, Md 21502the Fci Cumberland Federal Correctional Institution Requires The Following Items, Meet Or Exceed, To The Following: Li 001: Tuna, Can, Chunk, Light Or White (albacore), Packed In Water, Salt/sodium Level Regular, No Sald Added, Very Low Sodium, Or Low Sodium. (cid A-a-20155d, Type A Or B, Form I, Color A Or B, Packing Media 1, Salt/sodium Level A, B, C, Or Or D). Sodium Content Will Not Exceed 1.5% Salt. Tuna Can Be A Product Of The U.s. Or Other Foreign Country That Meets The Requirements Of 21 Cfr 123.12. Product May Contain Soy And/or Vegetable Broth. Quote Must Specify Size And Packing Of Case And If Quoting On Cans Or Pouches.
6 Can Per Case, 80, Cs;li 002: Vegetable, Beets, Canned, Whole, Slices, Quarters, Diced, Julienne, French Style Or Cut. Minimum Drain Weight 64 Oz. U.s. Grade A, U.s. Fancy, U.s. Grade C Or U.s. Standard. As Defined In Food And
drug Standard Of Identity 21 Cfr 155.200. Originated From Crops That Have Been 100 Percent Grown, Processed, And Packed In The United States Or Canada. 6/#10 Cans Or Pouches Per Case. State Can Or Pouch On Bid.
6 #, 10 Can Case, 56, Cs;li 003: Vegetable, Carrots, Canned, Sliced, Diced, Julienne, French Style, Or Cut. Minimum Drain Weight 64 Oz. U.s. Grade A, U.s. Fancy, U.s. Grade C Or U.s. Standard As Defined In Food And Drug Standard Of Identity 21 Cfr 155.200. Originated From Crops That Have Been 100 Percent Grown, Processed, And Packed In The United States Or Canada. 6/#10 Cans Or Pouches Per Case. State Can Or Pouch On Bid., 224, Cs;li 004: Vegetable, Corn, Whole Kernel (whole Grain), Canned, Conventional Or Supersweet, Golden (or Yellow), Grade A - C. As Defined In Food And Drug Standard Of Identity 21 Cfr 155.130 Originated From Crops That Have Been 100 Percent Grown, Processed, And Packed In The United States Or Canada.
6/#10 Cans Or Pouches Per Case Or 6/75 Oz Vac-pack Cans Per Case. State Type Of Can Or Pouch On Bid., 224, Cs;li 005: Vegetable, Beans, Green, Canned, Cut, Sliced Lengthwise, Or French Style, Round Tye, Good To Reasonably Good Character (a Or B), Minimum Drain Weight 59 Oz. U.s. Grade A-c. As Defined In Food And Drug Standard Of Identity 21 Cfr 155.120. Originated From Crops That Have Been 100 Percent Grown, Processed, And Packed In The United States Or Canada. 6/#10 Cans Or Pouches Per Case. State
can Or Pouch On Bid., 280, Cs;li 006: Vegetable, Collard Greens, Canned, Grade U.s. No. 1. As Defined In Title 7, 51.521. Originated From Crops That Have Been 100 Percent Grown, Processed, And Packed In The United States Or Canada. 6/#10 Cans Or Pouches Per Case. State Can Or Pouch On Bid, 56, Cs;li 007: Vegetable, Mixed (5-7 Way Blend Mix Including Carrots, Green Beans, Peas, Corn, And Lima Beans), Canned, With Salt, Without Salt, No Salt Added Low Sodium, Or Other. (cid A-a-20120e, Type Ii, Style
a, B, C, D, Or E). Minimum Drain Weight Of 64 Oz. Originated From Crops That Have Been 100 Percent Grown, Processed, And Packed In The United States Or Canada. 6/#10 Cans Or Pouches Per Case. State
can Or Pouch On Bid., 112, Cs;li 008: Vegetable, Peas, Sweet, Canned. U.s. Grade A - C. As Defined In Food And Drug Standard Of Identity 21 Cfr 155.170. Originated From Crops That Have Been 100 Percent Grown, Processed, And Packed In The United States Or Canada. 6/#10 Cans Or Pouches Per Case. State Can Or Pouch On Bid., 56, Cs;li 009: Tomato Catsup, As Defined In The Standard Of Identity For Catsup, Ketchup, Catchup (21 Cfr 155.194). U.s. Grade A‐c. 6/#10 Cans Per Case., 112, Cs;li 010: Tomato, Paste, As Defined In The Standard Of Identity For Tomato Paste (21 Cfr 155.191). Natural Tomato Soluble Solids Ranging From Extra Heavy To Medium Concentration (28 To 39.3%). U.s. Grade A, U.s. Fancy, U.s. Grade C, Or U.s. Standard. 6/#10 Cans, 56, Cs;li 011: Tomatoes, Canned, Diced, As Defined In The Standard Of Identity For Canned Tomatoes (21 Cfr 155.190). U.s. Grade A‐c, Average Drained Weight Of 54.7 To 63.5 Ounces Per #10 Can/pouch. 6/#10 Cans Or Pouches Per Case., 168, Cs;li 012: Beans, Garbanzo (chick Peas), Canned, In Brine, Meatless. (cid Aa‐20134d, Type I, Class J, Style 1, Nutrient Content Claim D, Agricultural Practice (1)). 6/#10 Cans Per Case, 25, Cs;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, Fci Cumberland Federal Correctional Institution 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. Fci Cumberland Federal Correctional Institution 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.as Defined In The Federal Acquisition Regulation (far) 2.101, The Terms “offer” And “offeror” Refer To A Response To A Solicitation That, If Accepted, Would Bind The Submitter To Perform The Resultant Contract. The Terms “bid” And “bidder” Refer To An Offer Submitted In Response To An Invitation For Bid (ifb). The Term “proposal” Refers To An Offer Submitted In Response To A Request For Proposal (rfp). The Terms “quotation,” “quote,” And “quoter” Refer To A Non-binding Submission In Response To A Request For Quotation (rfq) Which Is Not An Offer.unless The Buyer Indicates Otherwise Within A Particular Line Item Description, Each Seller Shall Include In Its Online Bid/proposal/quotation Individual Pricing For All Required Line Items In Order To Be Considered For Award (i.e., Do Not Use The included In Another Line Item Function When Pricing Each Line Item). If A Line Item Cannot Be Separately Priced, You Must Notify The Buyer Through The Fedbid submit A Question Feature Regarding Which Line Item(s) Should Be Included In Which Other Line Item(s) And Request Reposting. Failure To Comply With This Term May Result In The Bid/proposal/quotation Being Determined To Be Unacceptable.new Equipment Only; No Remanufactured Or "gray Market" Items. All Items Must Be Covered By The Manufacturer's Warranty.bid/offer Must Be Good For 60 Calendar Days After Close Of Buy, Unless Otherwise Indicated.shipping Must Be Free On Board (fob) Destination Conus (continental U.s.), Which Means That The Seller Must Deliver The Goods On Its Conveyance At The Destination Specified By The Buyer, And The Seller Is Responsible For The Cost Of Shipping And Risk Of Loss Prior To Actual Delivery At The Specified Destination.this Solicitation Requires Registration With The System For Award Management (sam) At The Time An Offer Or Quotation Is Submitted, Excluding The Exceptions Outlined In Far 4.1102(a). Registration Information Can Be Found At Www.sam.gov.no Partial Shipments Are Permitted Unless Specifically Authorized At The Time Of Award.q&a -please Submit All Questions By Using The 'submit A Question' Button. This Buy Will Then Be Reposted With Q&a Based On The Questions That Come In (if Applicable).the Contracting Officer Will Indicate Elsewhere In This Buy As To Whether Responses Will Be Evaluated For Award Based Either Upon (a) Price And Pricing Factors Only (bids/quotes) Or (b) Price And Other Factors (proposals/quotes). All Bids/proposals/quotations Must Conform To The Listed Specifications Or The Statement Of Work. If Award Criteria Are Based Upon (b) Price And Other Factors, The Contracting Officer Shall Clearly Indicate The Criteria To Be Applied Elsewhere In This Buy.in Addition To Providing Pricing At Www.unisonmarketplace.com For This Solicitation, Each Bidder/offeror/quoter Must Provide Any Required, Non-pricing Responses (e.g. Technical Proposal, Representations And Certifications, Etc.) So That They Are Received No Later Than The Closing Date And Time For This Buy. Submissions Can Be Sent To Marketplacesupport@unisonglobal.com.for Exact Match Only Commodity Buys- No Substitutions, Exact Match Only. The Bidder/offeror/quoter May Not Substitute Any Item/service Listed On This Order Without Prior Written Approval From The Bop Contracting Officer. No Other Individual Is Authorized, Either Verbally Or In Writing To Change Part Numbers, Manufacturer, Quantity, Delivery Dates, Or Any Other Specifications Of This Buy. Items/services That Do Not Conform To Descriptions And Part Numbers Found In This Buy Will Be Rejected At The Time Of Delivery Causing A Return At The Contractor's Expense.for All Buys Other Than Exact Match Sellers Must Document What They Are Bidding For Evaluation For Award. Sellers Must Include, Extended Specs And/or Manufacturer Name And Part Numbers (if Applicable). Failure To Do This May Result In Non-consideration Of The Bid/proposal/quotation. This Information Is Required In Order For A Seller’s Bid/proposal/quotation To Be Evaluated For Award. Far 52.211-6.
Contract Date9 Jan 2023
Contract AmountUSD 42.9 K
Justice, Department Of Tender Result
Result Stage: Awarded (AOC Available)
United States
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 1127844 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 2023-01. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 311999 With A Small Business Size Standard Of 500.00 Employees. This Requirement Is A Small Business Set-aside And Only Qualified Sellers 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: 2023-02-10 16:00:00.0 Eastern Time. This Time Supersedes The Offers Due Time Listed Above. Fob Destination Shall Be Yazoo City, Ms 39194the Doj Bop Field Offices - Fcc Yazoo City Requires The Following Items, Meet Or Exceed, To The Following: Li 001: Plain Omelet-must Be Kosher For Passover (12 /pc Per Case), 38, Cs;li 002: Cheese Omelet-must Be Kosher For Passover (12 /pc Per Case), 38, Cs;li 003: Continental Breakfast W/ Tuna & Pc Mayo-must Be Kosher For Passover (12 /pc Per Case), 38, Cs;li 004: Pc Jelly-must Be Kosher For Passover (120 /.5 Ozpc Per Case), 11, Cs;li 005: Pc Margarine (individual Cups)-must Be Kosher For Passover (600 /pc Per Case), 9, Cs;li 006: Eggplant Parmesan-must Be Kosher For Passover (12 /12oz Per Case), 38, Cs;li 007: Cheese Blintzes-must Be Kosher For Passover (12 /4oz Per Case), 38, Cs;li 008: Chicken Soup W/ Chicken & Matzo Ball (not Gebroks)-must Be Kosher For Passover (12 /12oz Per Case), 38, Cs;li 009: Bouillon Cube Vegetable (parve)-must Be Kosher For Passover (216 /0.5oz Per Case), 16, Cs;li 010: Sliced Salami (12 /6oz Per Case), 38, Cs;li 011: Boiled Beef W/ Potatoes & Garden Vegetables-must Be Kosher For Passover (6 /13oz Per Case), 38, Cs;li 012: Boiled Chicken W/ Potatoes & Garden Vegetables-must Be Kosher For Passover (6 /13oz Per Case), 76, Cs;li 013: Filet Of Sole W/ Whipped Potatoes & Carrots-must Be Kosher For Passover (6 /13oz Per Case), 75, Cs;li 014: Pot Roast Of Beef W/ Potatoes & Seasoned Carrots-must Be Kosher For Passover (6 /13oz Per Case), 38, Cs;li 015: Roast Chicken W/ Potato Pudding & Carrot Tzimmes-must Be Kosher For Passover (6 /13oz Per Case), 76, Cs;li 016: Roast Turkey W/ Sweet Potato & Seasoned Broccoli-must Be Kosher For Passover (6 /13oz Per Case), 76, Cs;li 017: Salisbury Steak W/ Whipped Potato & Eggplant Creole-must Be Kosher For Passover (6 /13oz Per Case), 38, Cs;li 018: Rib Eye Roast W/ Potato Kugel & Carrot Tzimmes-must Be Kosher For Passover (6 /12oz Per Case), 38, Cs;li 019: Passover Seder Box For 2-must Be Kosher For Passover (4 /servings Per Case), 57, Cs;li 020: Beef Goulash With Potatoes & Vegetables-must Be Kosher For Passover (12 /12oz Per Case), 19, Cs;li 021: Gefilte Fish In Jelled Broth-must Be Kosher For Passover (12 /12oz Per Case), 150, Cs;li 022: Poached Salmon (bone-in) W/ Potatoes & Carrots-must Be Kosher For Passover (12 /12oz Per Case), 38, Cs;li 023: Matzo Wafers (12 Pieces Per 1 Lb Box)-must Be Kosher For Passover (360 /lb Per Case), 34, Cs;li 024: Wrapped Macaroons-must Be Kosher For Passover (24 /pc Per Case), 19, Cs;li 025: Brownie Cupcake-must Be Kosher For Passover (24 /pc Per Case), 19, Cs;li 026: Wrapped Nut Cake / Cupcake-must Be Kosher For Passover (24 /pc Per Case), 19, Cs;li 027: Grape Juice Bottles-must Be Kosher For Passover (24 /8oz Per Case), 170, Cs;li 028: Tea Bags Individually Wrapped-must Be Kosher For Passover (1000 /pc Per Case), 4, Cs;li 029: Sugar Substitute-must Be Kosher For Passover (1000 /pc Per Case), 4, Cs;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, Doj Bop Field Offices - Fcc Yazoo City 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. Doj Bop Field Offices - Fcc Yazoo City 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.in Addition To Providing Pricing At Www.unisonmarketplace.com For This Solicitation, Each Bidder/offeror/quoter Must Provide Any Required, Non-pricing Responses (e.g. Technical Proposal, Representations And Certifications, Etc.) So That They Are Received No Later Than The Closing Date And Time For This Buy. Submissions Can Be Sent To Marketplacesupport@unisonglobal.comas Defined In The Federal Acquisition Regulation (far) 2.101, The Terms “offer” And “offeror” Refer To A Response To A Solicitation That, If Accepted, Would Bind The Submitter To Perform The Resultant Contract. The Terms “bid” And “bidder” Refer To An Offer Submitted In Response To An Invitation For Bid (ifb). The Term “proposal” Refers To An Offer Submitted In Response To A Request For Proposal (rfp). The Terms “quotation,” “quote,” And “quoter” Refer To A Non-binding Submission In Response To A Request For Quotation (rfq) Which Is Not An Offer.unless The Buyer Indicates Otherwise Within A Particular Line Item Description, Each Seller Shall Include In Its Online Bid/proposal/quotation Individual Pricing For All Required Line Items In Order To Be Considered For Award (i.e., Do Not Use The Included In Another Line Item Function When Pricing Each Line Item). If A Line Item Cannot Be Separately Priced, You Must Notify The Buyer Through The Unison Submit A Question Feature Regarding Which Line Item(s) Should Be Included In Which Other Line Item(s) And Request Reposting. Failure To Comply With This Term May Result In The Bid/proposal/quotation Being Determined To Be Unacceptable.new Equipment Only; No Remanufactured Or "gray Market" Items. All Items Must Be Covered By The Manufacturer's Warranty.bid/offer Must Be Good For 60 Calendar Days After Close Of Buy, Unless Otherwise Indicated.shipping Must Be Free On Board (fob) Destination Conus (continental U.s.), Which Means That The Seller Must Deliver The Goods On Its Conveyance At The Destination Specified By The Buyer, And The Seller Is Responsible For The Cost Of Shipping And Risk Of Loss Prior To Actual Delivery At The Specified Destination.this Solicitation Requires Registration With The System For Award Management (sam) At The Time An Offer Or Quotation Is Submitted, Excluding The Exceptions Outlined In Far 4.1102(a). Registration Information Can Be Found At Www.sam.gov.no Partial Shipments Are Permitted Unless Specifically Authorized At The Time Of Award.q&a -please Submit All Questions By Using The 'submit A Question' Button. This Buy Will Then Be Reposted With Q&a Based On The Questions That Come In (if Applicable).the Contracting Officer Will Indicate Elsewhere In This Buy As To Whether Responses Will Be Evaluated For Award Based Either Upon (a) Price And Pricing Factors Only (bids/quotes) Or (b) Price And Other Factors (proposals/quotes). All Bids/proposals/quotations Must Conform To The Listed Specifications Or The Statement Of Work. If Award Criteria Are Based Upon (b) Price And Other Factors, The Contracting Officer Shall Clearly Indicate The Criteria To Be Applied Elsewhere In This Buy.for Exact Match Only Commodity Buys- No Substitutions, Exact Match Only. The Bidder/offeror/quoter May Not Substitute Any Item/service Listed On This Order Without Prior Written Approval From The Bop Contracting Officer. No Other Individual Is Authorized, Either Verbally Or In Writing To Change Part Numbers, Manufacturer, Quantity, Delivery Dates, Or Any Other Specifications Of This Buy. Items/services That Do Not Conform To Descriptions And Part Numbers Found In This Buy Will Be Rejected At The Time Of Delivery Causing A Return At The Contractor's Expense.for All Buys Other Than Exact Match Sellers Must Document What They Are Bidding For Evaluation For Award. Sellers Must Include, Extended Specs And/or Manufacturer Name And Part Numbers (if Applicable). Failure To Do This May Result In Non-consideration Of The Bid/proposal/quotation. This Information Is Required In Order For A Seller’s Bid/proposal/quotation To Be Evaluated For Award. Far 52.211-6.all Required Items Must Be Provided By One (1) Contractor, Items Will Not Be Broken Out Between Several Contractors.all Deliveries Must Be Palletized Unless Prior Arrangements Were Agreed To By Warehouse Staff. All Non-frozen, Perishable Foods Must Be Delivered Between 34 Degrees F And 40 Degrees F. All Canned Goods Must Be Delivered Above 34 Degrees F And Not Frozen. All Frozen Foods Must Be Delivered At 0 Degrees F Or Below. Any Product That Indicates Prior Thawing Will Be Refused. All Certified Religious Diet Items Must Be Marked With The Kosher Symbol On Individual Packages Or The Item Will Be Refused. All Items Must Strictly Be In Compliance With The Bop National Menu Specifications. Food Service Contractors Have The Responsibility Of Understanding These Specifications. Contractors Must Obtain A Copy Of The National Menu Specifications Prior To Quoting. All Items Will Be Closely Inspected. Some Items May Require Thawing And Cooking To Determine Specifications Compliance. Receipt Of Delivery May Be Conditional For A Period Of Three (3) Days In Order To Allow For Adequate Examination And Testing. Items That Fail To Meet Specifications Will Be Refused. Items Which Are Conditionally Received, And Found To Be Unacceptable, Must Be Picked Up At The Vendors' Expense Within Two (2) Weeks Of Noncompliance Notification. If The Product Is Not Picked Up Within Two (2) Weeks, It Will Be Disposed Of By Warehouse Staff.
Contract Date10 Feb 2023
Contract AmountUSD 65.3 K
9941-9950 of 10000 active Tender Results