Connecticut Bids > Bid Detail

71--NSMRL Medical Storage

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 71 - Furniture
Opps ID: NBD00159353602194737
Posted Date: Jun 30, 2023
Due Date: Jul 10, 2023
Solicitation No: N0018923QG085
Source: https://sam.gov/opp/882eeb22a3...
Follow
71--NSMRL Medical Storage
Active
Contract Opportunity
Notice ID
N0018923QG085
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP GLOBAL LOGISTICS SUPPORT
Sub Command 2
NAVSUP FLC NORFOLK
Office
NAVSUP FLT LOG CTR NORFOLK
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: Jun 30, 2023 11:12 am EDT
  • Original Published Date: Jun 29, 2023 11:16 am EDT
  • Updated Date Offers Due: Jul 10, 2023 11:00 am EDT
  • Original Date Offers Due: Jul 10, 2023 11:00 am EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jan 06, 2024
  • Original Inactive Date: Jan 06, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 7125 - CABINETS, LOCKERS, BINS, AND SHELVING
  • NAICS Code:
    • 337214 - Office Furniture (except Wood) Manufacturing
  • Place of Performance:
    Groton , CT 06349
    USA
Description View Changes
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 N0018923QG085 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 337214 with a small business size standard of 1,100.00 employees.

This requirement is unrestricted and only qualified sellers may submit quotes.

The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:

2023-07-10 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Groton, CT 06349

The FLC Norfolk - Groton requires the following items, Brand Name Only (Exact Match), to the following:
LI 001: METRO STARSYS MOBILE SUPPLY CABINETFFPMFR PART NUMBER SXRTGS3SHALL INCLUDE- SXRTMEXBASE - WD MOB EXT BASE KIT - QTY 1- SXRTTALLTOP - TRL WIDE TALL TOP KIT - QTY 1- SXRTEP67 - 67 INCH TRL WD ENCLOSURE KIT - QTY 1- SXRDP-TP - PULL HDL DWR TAUPE - QTY 3- SXRQS67-4 - 67 INCH SLTD PST INS KIT W-O PKG - QTY 1- SXRSWQ - FIXED SGL WD SHELF - QTY 3- SXRSWAL - FULL EXT SGL WD SHELF-LH - QTY 4- SXRDRB66L2NS - DR 66 INCH SLD LH270 NI - QTY 1- SXRXCLVSL - ELECTRONIC PIN LOCK KIT - QTY 1- SXRQS67-4 - 67 INCH SLTD PST INS KIT W-O PKG - QTY1- SXRSWQ - FIXED SGL WD SHELF - QTY 2- SXRSWAL - FULL EXT SGL WD SHELF-LH - QTY 4- SXRDRB66C3NS - CENTER CLOSING DOOR 270 HINGES FOR TW - QTY 1- SXRXCLSCC - ELECTRONIC PIN LOCK KIT S - QTY 1BRAND NAME ONLYNO QUOTES WILL BE ACCEPTED WITHOUT DFARS 252.225-7000, FAR 52.203-18, 52.204-26, 52.209-11 AND 52.225-18. IT IS MANDATORY TO PROVIDE SPECIFICATIONS FOR TECHNICAL REVIEW OTHERWISE THE QUOTE MAY BE AUTOMATICALLY DISQUALIFIED., 1, EA;
LI 002: METRO STARSYS MOBILE SUPPLY CABINETFFPMFR PART NUMBER SXRD76CM3SHALL INCLUDE- SXRDMEXBASE - DBL MOB EXT BASE KIT - QTY 1 FOR EACH UNIT- SXRDTALLTOP - DBL WIDE TALL TOP KIT - QTY 1 FOR EACH UNIT- SXRDEP67 - 67 INCH DBL WD ENCLOSURE KIT - QTY 1 FOR EACH UNIT- SXRDP-TP - PULL HDL DWR TAUPE - QTY 2 FOR EACH UNIT- SXRQS67-4 - 67 INCH SLTD PST INS KIT W-O PKG - QTY 1 FOR EACH UNIT- SXRDWQ - FIXED DBL WD SHELF - QTY 4 FOR EACH UNIT- SXRDRB66C2NS - CENTER CLOSING DOOR 270 HINGES - QTY 1 FOR EACH UNIT- SXRXCLSCC - ELECTRONIC PIN LOCK KIT S - QTY 1 FOR EACH UNITBRAND NAME ONLYNO QUOTES WILL BE ACCEPTED WITHOUT DFARS 252.225-7000, FAR 52.203-18, 52.204-26, 52.209-11 AND 52.225-18. IT IS MANDATORY TO PROVIDE SPECIFICATIONS FOR TECHNICAL REVIEW OTHERWISE THE QUOTE MAY BE AUTOMATICALLY DISQUALIFIED., 6, EA;
LI 003: METRO STARSYS MOBILE WORKCENTERFFPMFR PART NUMBER SXRK32MW5 SHALL INCLUDE- SXRSWTOP-WC - WC SINGLE TOP WC - QTY 2 FOR EACH UNIT- SXRSMWEXBASE - SW MB WK CTR BS 5 INCH CST - QTY 2 FOR EACH UNIT- SXRSEP24 - 24 INCH SGL WD ENCLOSURE KIT - QTY 2 FOR EACH UNIT- SXRCT2B73LNK - MWC LAM CTOP NICKEL 73.08 X 28.57 X 1.12 - QTY 1 FOR EACH UNIT- SXRDP-BL - PULL HDL DWR SLATE BLUE - QTY 7 FOR EACH UNIT- SXR24INP-TL - 24 INCH TOP LK MDL PNL KIT - QTY 2 FOR EACH UNIT- SXRXCLDWR - ELCTRONIC PIN LOCK KIT - QTY 2 FOR EACH UNIT- SXRS3 - 3 INCH DRAWER LESS PULL - QTY 2 FOR EACH UNIT- SXRS6 - 6 INCH DRAWER LESS PULL - QTY 1 FOR EACH UNIT- SXRS9 - 9 INCH DRAWER LESS PULL - QTY 2 FOR EACH UNIT- SXRS12 - 12 INCH DRAWER ASSY LESS PULL - QTY 1 FOR EACH UNIT- SCTOPSCR - COUNTERTOP SCREWS - QTY 12 SCREWS FOR EACH UNIT- SXR30BRKTPN-MW - 30 INCH BRKT ASSY PENCIL DWR - QTY 1 FOR EACH UNIT- SXRDEXP-SPACK - EXPORT PACK DOUBLE SHORT UNIT - QTY 1 FOR EACH UNITBRAND NAME ONLYNO QUOTES WILL BE ACCEPTED WITHOUT DFARS 252.225-7000, FAR 52.203-18, 52.204-26, 52.209-11 AND 52.225-18. IT IS MANDATORY TO PROVIDE SPECIFICATIONS FOR TECHNICAL REVIEW OTHERWISE THE QUOTE MAY BE AUTOMATICALLY DISQUALIFIED., 5, EA;
LI 004: METRO STARSYS BEDSIDE CARTFFPMFR PART NUMBER SXRS43CM1 SHALL INCLUDE- SXRSMBASE - SGL WD MOBILE BASE KIT - QTY 1 FOR EACH UNIT- SXRSTOP - SGL TOP KIT - QTY 1 FOR EACH UNIT- SXRSEP33 - 33 INCH SGL WD ENCLOSURE KIT - QTY 1 FOR EACH UNIT- SXRDP-TP - PULL HDL DWR TAUPE - QTY 4 FOR EACH UNIT- SXR33INP-RL - 33 INCH LNR PNL KIT-RH-LK - QTY 1 FOR EACH UNIT- SXRS6 - 6 INCH DRAWER LESS PULL - QTY 1 FOR EACH UNIT- SXRS9 - 9 INCH DRAWER LESS PULL - QTY 3 FOR EACH UNIT- SXRX412 - BASIC TOUCHPAD ONE BAY - QTY 1 FOR EACH UNITBRAND NAME ONLYNO QUOTES WILL BE ACCEPTED WITHOUT DFARS 252.225-7000, FAR 52.203-18, 52.204-26, 52.209-11 AND 52.225-18. IT IS MANDATORY TO PROVIDE SPECIFICATIONS FOR TECHNICAL REVIEW OTHERWISE THE QUOTE MAY BE AUTOMATICALLY DISQUALIFIED., 2, EA;
LI 005: METRO STARSYS STATIONARY WORKCENTERFFPMFR PART NUMBER SXR36WC11SHALL INCLUDE- SXRDBASE - STAT DBL BASE - QTY 1 FOR EACH UNIT- SXRDEP30S - 30 INCH DW STAT ENCL PNL KIT - QTY 1 FOR EACH UNIT- SXR30P-HDW - 30.5 PST ASSY W HDWE - QTY 1 FOR EACH UNIT- SXRDWTOP - TOP FRAME KIT 2X WORKCENTERS - QTY 1 FOR EACH UNIT- SXR30INP-TL - 30 INCH TOP LK MDL PNL KIT - QTY 1 FOR EACH UNIT- SXRXCLDWR - ELCTRONIC PIN LOCK KIT - QTY 1 FOR EACH UNIT- SXRS3 - 3 INCH DRAWER LESS PULL - QTY 3 FOR EACH UNIT- SXRS6 - 6 INCH DRAWER LESS PULL - QTY 3 FOR EACH UNIT- SXR30INPNL - 30 INCH INNER PNL DRW KIT - QTY 1 FOR EACH UNIT- SXRDRB30R2NS - DOOR 30 INCH RH270 NI SOLID - QTY 1 FOR EACH UNIT- SXRXCLHSR - ELECTRONIC PIN LOCK KIT - QTY 1 FOR EACH UNIT- SXRPOLY - POLY SHELF SGL WD - QTY 2 FOR EACH UNIT- SXRDP-TP - PULL HDL DWR TAUPE - QTY 7 FOR EACH UNIT- SXRCT3S42LCA - LAM STR TOP CARBON 41.44 X 30 INCH - QTY 1 FOR EACH UNIT- SXR36BKFLR30 - BACK WALL TRIM KIT - QTY 1 FOR EACH UNIT- SXR72UUFLR - UNIT FILLER STRIP 72 INCH - QTY 1 FOR EACH UNITBRAND NAME ONLYNO QUOTES WILL BE ACCEPTED WITHOUT DFARS 252.225-7000, FAR 52.203-18, 52.204-26, 52.209-11 AND 52.225-18. IT IS MANDATORY TO PROVIDE SPECIFICATIONS FOR TECHNICAL REVIEW OTHERWISE THE QUOTE MAY BE AUTOMATICALLY DISQUALIFIED., 2, EA;
LI 006: SHIPPINGFFPSHIPPING FOB DESTINATION TO GROTON, CT 06349, 1, 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, FLC Norfolk - Groton 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC Norfolk - Groton is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a quote on https://marketplace.unisonglobal.com.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 quotes, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should 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.

This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm

The NAICS code is 337214.

FAR 52.247-34, F.o.b. Destination applies

52.212-2 Evaluation - Commercial Items.

New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

No partial shipments are permitted unless specifically authorized at the time of award.

Bid MUST be good for 30 calendar days after close of Buy.

The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items.

52.219-28 Post-Award Small Business Program Rerepresentation.

52.222-3 Convict Labor

52.222-19 Child Labor--Cooperation with Authorities and Remedies

52.222-21 Prohibition of Segregated Facilities

52.222-26 Equal Opportunity

52.222-36 Affirmative Action for Workers w/ Disabilities

52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010)

52.225-13 Restrictions on Certain Foreign Purchases.

52.232-18 Availability of Funds

252.211-7003 Item Identification & Valuation (AUG 2008)

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.

252.247-7023 Transportation of Supplies by Sea (MAY 2002)

252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation.

Control of Government Personnel Work Product (April 1992)

Requirements Relating to Compensation of Former DOD Officials (Sep 2011)

Buy American Act & Balance of Payments (Oct 2011)

In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror 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 solicitation. Submissions can be sent to clientservices@fedbid.com.

This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.

All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications.

New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturers warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request.The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturers current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software.

All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award.

The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 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 a FAR clause may be accessed electronically at http://www.acquisition.gov/far/

Sellers understand that the Marketplace ranks all Bids by price; however, sellers will be evaluated by the Buyer in accordance with the basis established in the solicitation and pursuant to applicable acquisition regulations and/or departmental guidelines. The award decision is the sole discretion of the Buyer.
Attachments/Links
Contact Information
Contracting Office Address
  • ATTENTION CODE 301 1968 GILBERT STREET SUITE 600
  • NORFOLK , VA 23511-3392
  • 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 >