Oklahoma Bids > Bid Detail

56--Gravel and rock

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 56 - Construction and Building Materials
Opps ID: NBD00159257517630311
Posted Date: Aug 15, 2023
Due Date: Aug 8, 2023
Solicitation No: SILLDPTMSGDP20501
Source: https://sam.gov/opp/201f13d8fc...
Follow
56--Gravel and rock
Active
Contract Opportunity
Notice ID
SILLDPTMSGDP20501
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
419TH CSB
Office
W6QM MICC-FT DRUM
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 15, 2023 10:00 am EDT
  • Original Date Offers Due: Aug 08, 2023 01:30 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 11, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5610 - MINERAL CONSTRUCTION MATERIALS, BULK
  • NAICS Code:
    • 327999 - All Other Miscellaneous Nonmetallic Mineral Product Manufacturing
  • Place of Performance:
    Range Operations Fort Sill , OK 73503
    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 SILLDPTMSGDP20501 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 327999 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:

2023-08-08 13:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Fort Sill, OK 73503

The MICC End User requires the following items, Brand Name or Equal, to the following:
LI 001: 1000 tons 1.5" rock (to include freight charges) Delivered to GPS 34° 69' 71"N 098° 55' 43"W (MGRS 14SND4081639545), 1, EA;
LI 002: 1000 tons 1.5" rock (to include freight charges) Delivered to GPS 34 degrees 41M 11S N 98degress 26M 58S W (MGRS 14SND5042938416), 1, EA;
LI 003: 1000 tons 2"-3" rock (to include freight charges). Delivered to GPS 34° 69' 71"N 098° 55' 43"W (MGRS 14SND4081639545), 1, EA;
LI 004: 650 tons 2"-3" rock (to include freight charges). Delivered to GPS 34 degrees 41M 11S N 98degress 26M 58S W (MGRS 14SND5042938416), 1, EA;
LI 005: 250 tons Crusher Run (to include freight charges). Delivered to GPS 34 degrees 41M 11S N 98degress 26M 58S W (MGRS 14SND5042938416), 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, MICC End User 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 End User 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.

The winning seller will receive a Bid Acceptance Notification from Unison Marketplace for use as a formal Purchase Order which will be confirmed with a Government Purchase Card (GPC) number fromthe card holder.

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). 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.

Questions and attachments concerning this quote must be submitted via Unison Marketplace. Questions must be submitted no less than 24 hours prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date may not be considered.

BIDS are to be submitted on the Unison Marketplace ONLY or they will not be accepted.

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; 252.212-7001 Contract Terms And Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of commercial Items the following clauses in paragraph (b) 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036, Buy American Act; and paragraph (c). 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): 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child LaborCooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35 Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-34 Payment by Electronic Funds Transfer; 52.232-36, Payment by Third Party; 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment; paragraph (d). 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.

SAM Requirement - Company must be registered on System for Award Management (SAM) before an award could be made to them. If company is not registered in SAM, they may do so by going to SAM web site at http://www.sam.gov

New equipment ONLY, NO remanufactured products

FOB Destination CONUS (CONtinental U.S.)

Bid MUST be good for 30 days after submission. No partial bids will be accepted.

All terms and conditions specified in the offeror's Master BPA still apply. Each BPA call will specify the work to be done for that particular call.

IAW FAR 52.252-2 Clauses Incorporated by Reference, for the extended description here is the website: https://www.acquisition.gov/

5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer (Phone: (315)772-7272 or Email: usarmy.drum.acc-micc.mbx.micc@mail.mil). However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative 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 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. Headquarters U.S. Army Materiel CommandOffice of Command Counsel-Deputy Command Counsel4400 Martin RoadRm: A6SE040.001Redstone Arsenal, AL 35898-5000Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.milThe AMC-Level Protest procedures are found at: https://www.amc.army.mil/Connect/Legal-Resources/.If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures.

IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is a pass fail requirement. Evaluation is based on a lowest price technically acceptable.

No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an all-or-nothing basis.

Wide Area WorkFlow Payment Instructions

Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@army.mil or call 315-772-5582.

In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product. ****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****

Reporting During Contract Performance

Equal Opportunity

Prohibition on a ByteDance Covered Application
Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 45 WEST STREET
  • FORT DRUM , NY 13602-5220
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 15, 2023 10:00 am EDTCombined 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 >