Texas Bids > Bid Detail

X--Sources Sought/RFI -- Dining Tents x2

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159889424879556
Posted Date: Feb 24, 2023
Due Date: Feb 27, 2023
Solicitation No: W91151-23-Q-xxx5
Source: https://sam.gov/opp/85ca14c363...
Follow
X--Sources Sought/RFI -- Dining Tents x2
Active
Contract Opportunity
Notice ID
W91151-23-Q-xxx5
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 HOOD
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 24, 2023 06:43 pm EST
  • Original Date Offers Due: Feb 27, 2023 11:30 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 26, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: X1FD - LEASE/RENTAL OF DINING FACILITIES
  • NAICS Code:
    • 722514 - Cafeterias, Grill Buffets, and Buffets
  • Place of Performance:
    115 legends way Fort Hood , TX 76544
    USA
Description
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-xxx5 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 2023-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 722514 with a small business size standard of $30.00M. 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:

2023-02-27 11:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Fort Hood, TX 76544

The MICC Fort Hood requires the following items, Meet or Exceed, to the following:
LI 001: This is a request for information only. 1 or 2 dining tents with chairs, tables, flooring, lighting (sit at least 250 personnel at one time). Dinning facility must be able to support 721 personnel in total. Estimated date range based on requirement April 10-28, 2023.
Please provide cost breakdown of tents, chairs, tables, flooring and lighting., 2, 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 document bids online to be facilitated by the third-party Marketplace, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to document pricing. Offerers may submit bids during the specified period of time. 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 the 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.
A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. If you feel that your firm possesses the ability to provide these requirements, then you must respond by demonstrating your firm's technical capability and understanding.

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 _________
with the related size standard of __________. The
NAICS code identified herein must appear in FAR 52.212-3 "Offeror
Representations and Certifications" in SAM and the vendor must be actively
registered in that NAICS prior to receipt of quote in order to receive an
award. Offeror are reminded that failure to comply “shall render their quote
as non-responsive.”

Unison Marketplace is a mechanism used by this office to solicit for common use
commercial items in accordance with FAR 13.5. Unison Marketplace is NOT a forum for
filing protests against the Government. Attempts to file protests through
Unison Marketplace will not be considered legitimate as they do not conform to the
requirements in the Federal Acquisition Regulation (FAR). It is preferable
that disputes and protests be resolved as quickly as possible at the lowest
level possible before considering the more formal process described below.
The HQ, AMC-Level Protest Program is intended to encourage interested parties to
seek resolution of their concerns within AMC, as an Alternate Dispute
Resolution forum, rather than filing a protest with the Government
Accountability Office (GAO) or other external forum. Contract award or
performance is suspended during the protest to the same extent, and within
the same time periods, as if filed at the GAO. The AMC protest decision goal
is to resolve protests within 20 working days from filing. To be timely,
protests must be filed within the periods specified in FAR 33.10. If you
want to file a protest under the AMC-Level Protest Program, the protest must
request resolution under that program and be sent to the address below. All
other agency-level protests should be sent to the contracting officer for
resolution. The address for filing a protest directly with AMC is: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil. Packages sent Federal Express or UPS should be addressed to: HQ Army Material Command
Office of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 Ft Belvoir, VA
22060-5527. The AMC-Level Protest procedures are found at:
http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not
available, contact the HQ, AMC to obtain the AMC-Level Protest procedures.

The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-2, Evaluation- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.

The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation; e.g., if a line item on the contract reads - Computer, 10 each, the contractor shall NOT ship 3 computers on one shipment and 7 computers on a second shipment. Failure to adhere to this requirement will result in invoices being rejected in WAWF and/or a delay in payment for non-conforming shipped quantities.

Company must be registered on System for Award Management
(SAM) prior to receipt of quote in order to receive an award. Offeror are
reminded that failure to comply “shall render their quote as
non-responsive.” If company is not registered in SAM, they may do so by
going to SAM web site at www.sam.gov.

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

New equipment ONLY, NO remanufactured products

FOB Destination CONUS (CONtinental U.S.)

Bid MUST be good for 90 days, after submission. No partial bids will be accepted.
Attachments/Links
Contact Information
Contracting Office Address
  • 36000 DARNALL LOOP
  • FORT HOOD , TX 76544-5025
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 24, 2023 06:43 pm ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

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

Start Free Trial Today >