Texas Bids > Bid Detail

44--OPTION - 1st Air Cavalry Brigade (ACB) Air Filtration System

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 44 - Furnace, Steam Plant, and Drying Equip, Nuclear Reactors
Opps ID: NBD00159711157665480
Posted Date: Sep 12, 2023
Due Date: Sep 21, 2023
Solicitation No: W91151-23-Q-5010_01
Source: https://sam.gov/opp/7263133b5a...
Follow
44--OPTION - 1st Air Cavalry Brigade (ACB) Air Filtration System
Active
Contract Opportunity
Notice ID
W91151-23-Q-5010_01
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
418TH CSB
Office
W6QM MICC-FDO FT CAVAZOS
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Sep 12, 2023 11:21 am EDT
  • Original Published Date: Sep 11, 2023 01:43 pm EDT
  • Updated Date Offers Due: Sep 21, 2023 01:00 pm EDT
  • Original Date Offers Due: Sep 21, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 19, 2024
  • Original Inactive Date: Mar 19, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4460 - AIR PURIFICATION EQUIPMENT
  • NAICS Code:
    • 333413 - Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
  • Place of Performance:
    A COMPANY 615 CS BN SSA Fort Cavazos , TX 76544
    USA
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is W91151-23-Q-5010_01 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 2023-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 333413 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:

2023-09-21 13:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Fort Cavazos, TX 76544

The MICC Fort Cavazos requires the following items, Purchase Description Determined by Line Item, to the following:
Base Period of Performance: Determined at Award
LI 001: Air Filter Replacements, 1, Kit;
LI 002: User Training IAW Purchase Description, 1, Class;
Option 1 Period of Performance: Determined at Award
LI 001: Air Filter Replacements, 1, Kit;
LI 002: User Refresher Training, 1, Class;
Option 2 Period of Performance: Determined at Award
LI 001: Air Filter Replacements, 1, Kit;
LI 002: User Refresher Training, 1, Class;
Option 3 Period of Performance: Determined at Award
LI 001: Air Filter Replacements, 1, Kit;
LI 002: User Refresher Training, 1, Class;
Option 4 Period of Performance: Determined at Award
LI 001: Air Filter Replacements, 1, Kit;
LI 002: User Refresher Training, 1, Class;

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, MICC Fort Cavazos 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. MICC Fort Cavazos 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.

In responding to this request for quote, you must provide the manufacturer'sname and part numbers AND salient characteristics of the items you areproposing to sell to the Government. Regardless of the terminology used ineach RFQ ("Brand Name or Equal", or "meet minimum stated specifications),the information describing what you are offering must be physically writteninto the seller's bid specification block. Salient characteristics aredefined as "pronounced features of an item that identify it describe itssize and composition, functional intent, and/or operational capabilities orlimits." When researching product capabilities, you must, as a minimum,respond with feature for feature comparisons in order for your product to betechnically evaluated for sufficiency. Responses such as "bidding exactmatch", "as specified", or cutting and pasting the Government'sspecification information into the seller's bid specification block are notacceptable responses. Offerors who respond in any of the three examplesdirectly above will be eliminated from the competition without considerationof 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 "orequal" product, your seller bid specification must state: Bidding onManufacturer (Insert Name) and Part Number (Insert Number), containing thefollowing salient characteristics (insert salient characteristics). Additionally, please provide data or certifications showing that your system can meet the requirements in the purchase description. If yourresponse does not contain all of the required information called out in thisnotice, your quote will be determined nonresponsive and will not beconsidered 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 333413with the related size standard of 500 employees. TheNAICS code identified herein must appear in FAR 52.212-3 "OfferorRepresentations and Certifications" in SAM and the vendor must be activelyregistered in that NAICS prior to receipt of quote in order to receive anaward. Offeror are reminded that failure to comply shall render their quoteas non-responsive.

Unison Marketplace is a mechanism used by this office to solicit for common usecommercial items in accordance with FAR 13.5. Unison Marketplace is NOT a forum forfiling protests against the Government. Attempts to file protests throughUnison Marketplace will not be considered legitimate as they do not conform to therequirements in the Federal Acquisition Regulation (FAR). It is preferablethat disputes and protests be resolved as quickly as possible at the lowestlevel possible before considering the more formal process described below.The HQ, AMC-Level Protest Program is intended to encourage interested parties toseek resolution of their concerns within AMC, as an Alternate DisputeResolution forum, rather than filing a protest with the GovernmentAccountability Office (GAO) or other external forum. Contract award orperformance is suspended during the protest to the same extent, and withinthe same time periods, as if filed at the GAO. The AMC protest decision goalis 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 youwant to file a protest under the AMC-Level Protest Program, the protest mustrequest resolution under that program and be sent to the address below. Allother agency-level protests should be sent to the contracting officer forresolution. 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 CommandOffice of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 Ft Belvoir, VA22060-5527. The AMC-Level Protest procedures are found at:http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is notavailable, 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 arereminded that failure to comply shall render their quote asnon-responsive. If company is not registered in SAM, they may do so bygoing to SAM web site at www.sam.gov.

Proposed responders must submit any questions concerning this solicitation before (date), (time), to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered.

New equipment ONLY, NO remanufactured products

FOB Destination CONUS (CONtinental U.S.)

Bid MUST be good for 90 days, after submission. No partial bids will be accepted.

1. Issue Date: 7 September 2023 Close Date: 21 September 2023, at 12:00 PM (Eastern Standard Time)2. Contracting Activity: MICC Fort Cavazos3. Description of Requirement:This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.This combined synopsis/solicitation is a small business set aside under NAICS 333413 with a size standard of 500 employees.4. Request for Quotes (RFQ) NO: W91151-23-Q-5010This combined synopsis/solicitation is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82, 07 May 2015.SOLICITATION CLOSING DATE: All quotes must be received by 12:00 PM, 21 September 2023 (Eastern Standard Time). Offerors must be registered in the System for Award Management (SAM) (www.sam.gov). Quotations shall be prepared in accordance with FAR 52.212-1, Instructions to Offerors, which is incorporated by reference with the following addendum: 52.212-1 ADDENDUM (Included below in this solicitation). (END OF INSTRUCTIONS)Contractor or Contractors Authorized Representative Confirmation:NAME: ____________________________________________________PHONE: ___________________________________________________EMAIL: ____________________________________________________By signing, I hereby acknowledge receipt of solicitation # W91151-23-Q-5010, and affirm the information herewith is true and factual to the best of my knowledge ________________________________________________ (SIGN and DATE)ADDENDUM TO 52.212-1ADDENDUM TO 52.212-1Instructions to OfferorsFAR Provision 52.212-1 is tailored as follows:The Offeror agrees to hold prices in its offer firm for 90 calendar days from the date specified for receipt ofproposals. The NAICS code is 333413 Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing and the size standard is 5000 personnel. The NAICS code shall be on the Offerors System for Award Management profile.https://www.sam.gov before the quote can be accepted.Offerors are required to meet all solicitation requirements, such as terms and conditions, representations andcertifications, past performance, and technical requirements, in addition to those identified as evaluation factors orsubfactor (FAR 52.212-2, Evaluation Commercial). Failure to meet a requirement may result in an offer beingineligible for award. If the Offeror finds it necessary to take exception to any of the requirements specified in thissolicitation, the Offeror shall clearly identify the applicable Volume and exceptions with a complete explanationof why the exception was taken, what benefit accrues to the Government (if any), and its impact, (if any), on theperformance, schedule, cost, and specific requirements of the solicitation. Each exception shall be specificallyrelated to each paragraph and/or specific part of the solicitation to which the exception is taken. Offerors arecautioned that taking an exception/assumption may render the offer ineligible for award.A. Proposals Submission and Inquiries.1. Proposal shall have a cover sheet with the Company/Division name and Solicitation number; organized andsubmitted electronically prior to the closing date and time identified in the description, to the e-mailaddresses below. Electronic submission via e-mail is the only acceptable means to submit proposals. The capacitylimit for receipt of files via email is 9MB total file size. If the Offeror is sending the email submission with morethan 9MB, then the Offeror shall send the files in separate email submissions.Contracting Officer: Raul Medina, raul.medina45.mil@army.milContract Specialist: Steve Naser, steven.j.naser.mil@army.mil2. Proposal submissions via mail or facsimile will not be accepted.3. The point of contact responsible for supplying additional information and answering all inquiries is theContracting Officer via the Contract Specialist. Address all questions or concerns to the Contract Specialist andContracting Officer. B. General Instructions1. The selection of a source for award purposes will be conducted using Federal Acquisition Regulation (FAR) Part13.5, Simplified Procedures for Certain Commercial Products and Commercial Services, as supplemented by the Defense Federal Acquisition Regulations Supplement (DFARS), and the Army Federal Acquisition Regulations Supplement (AFARS). Proposals will be evaluated using the criteria under FAR 52.212-2 Evaluation - Commercial Products and Commercial Services. Noncompliance with the Request for Proposal (RFP) requirements may hamper the Governments ability to properly evaluate the proposal and may result in elimination of the proposal from further consideration for contract award.2. The submission of the documentation specified below will constitute the Offeror's acceptance of the terms andconditions of the RFP, concurrence with the Product Description (PD), and contract type.C. Proposal Preparation InstructionsVolume I General.Failure to follow the Proposal preparation instructions below may cause your proposal to be deemed unacceptableby the Government. This Volume shall contain the information identified below and organized in the order it islisted:Solicitation, Offer and Award -1. The offeror shall provide the price listing according the line items on the RFQ.2. The offeror shall provide information and data as applicable on their proposed solution to ensure it meets the technical requirements in the purchase description.3. The Offeror shall provide the name, title, email and telephone number of the Company or Divisionpoint of contact, regarding decisions made with respect to the proposal, and who can obligate theCompany or Division contractually. The Offeror shall also, identify those individuals authorized tonegotiate with the Government.The Offeror shall include a statement that all representations and certifications are current, complete, and accurate in the System for Award Management (SAM) as of the date of the proposal submission. The Offeror shall submit only items not already submitted in SAM.ADDENDUM TO 52-212-2ADDENDUM TO FAR 52.212-2 Evaluation Commercial ItemsA. Basis for Award. The Government will select for award the proposal which represents the best value to the Government as described below. Award shall be made to a single Offeror who is deemed responsible in accordance with the FAR, whose proposal conforms to the solicitation requirements, and whose proposal judged by an overallassessment of the evaluation criteria and other considerations specified in this solicitation and represents the best value offer to the Government. The Government reserves the right to choose not to award any contracts if such action is in the Government's best interest. The Government anticipates adequate price competition for this solicitation and will evaluate proposals inaccordance with FAR Part 12, and FAR Part 13.106-2, Evaluation of quotations or offers, 13.106-3, Award and Documentation and Instructions indicated in FAR 52.212-1 (Instructions to Offerors Commercial Products and Commercial Services), and the addendum to FAR 52.212-1. Unbalanced, unreasonably high, inaccurate, or incomplete proposal prices may be grounds for eliminating a proposal from the competition either on the basis that the Offeror does not understand the requirement or that the Offeror has made an unreasonable proposal. Proposals that fail to meet requirements set forth in FAR Clause 52.212-1 and the addendum to FAR 52.212-1 will be rated as unacceptable.B. Award for All the work. The Government intends to award one contract as a result of this solicitation.Offers received for less than the stated number of items listed on the RFQ will be considered ineligible foraward.C. Evaluation Criteria: There are two evaluation factors:Factor 1 - TechnicalFactor 2 PriceFactor 1: Technical Technical will be assessed on the likelihood that the proposed solution will meet the Governments technical requirements in the purchase description. The Technical Factor will be rated unacceptable or acceptable per the tablebelow.Table 1 Data Collection and Analysis Plan Acceptable/Unacceptable RatingsRatingDescriptionAcceptableProposal clearly meets the minimum requirements of the solicitation.UnacceptableProposal does not clearly meet the minimum requirements of the solicitation.Factor 2: Price - Price will not be scored or rated. The Government will evaluate price using one or more of the price analysis techniques in FAR 15.404-1(b). Through these techniques the Government will determine whether prices are reasonable, complete, and balanced. If only one proposal is received, we shall evaluate IAW FAR 15.403-3/4 & DFARS 215.371-1 to determine price fair & reasonable. Unbalanced Pricing. The Government will evaluate proposals for unbalanced pricing in accordance with FAR 15.404-1(g).Definitions:Reasonableness. A price is reasonable if, in its nature and amount, it does not exceed that which would beincurred by a prudent person in the conduct of competitive business.Completeness/Accuracy. The Offerors proposal is in compliance with the Price Volume instructions in thesolicitation.
Attachments/Links
Contact Information
Contracting Office Address
  • 36000 DARNALL LOOP
  • FORT CAVAZOS , TX 76544-0000
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >