Maryland Bids > Bid Detail

81--Antenna Cases

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 81 - Containers, Packaging, and Packing Supplies
Opps ID: NBD00159053955125063
Posted Date: May 3, 2023
Due Date: May 10, 2023
Solicitation No: N0042123Q0266
Source: https://sam.gov/opp/44798d9743...
Follow
81--Antenna Cases
Active
Contract Opportunity
Notice ID
N0042123Q0266
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC AD
Office
NAVAL AIR WARFARE CENTER AIR DIV
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: May 03, 2023 02:15 pm EDT
  • Original Date Offers Due: May 10, 2023 03:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 06, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 8145 - SPECIALIZED SHIPPING AND STORAGE CONTAINERS
  • NAICS Code:
    • 326199 - All Other Plastics Product Manufacturing
  • Place of Performance:
    17598 WEBSTER FIELD RD ST. INIGOES , MD 20684-4013
    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 N0042123Q0266 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 326199 with a small business size standard of 750.00 employees. This requirement is a Small Business Set-Aside 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:

2023-05-10 15:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be ST. INIGOES, MD 20684

The NAWC-AD requires the following items, Brand Name Only (Exact Match), to the following:
LI 001: P/N: 850506403034
FFP
P/N: 850506403034, Case, Loadmaster® TSC Rackmount 8500 Series, 5U 3"
Deep Nesting Lids 24" Slide-Out, All Aluminum Inner-Frame 10-32 Threaded S/S
Nutbars Shock Isolation for 121-140 lb. Payload Black Polymer Centerbody
Handles Black Polymer Double Grip Front & Rear Lid Handles (R) Edge Casters
Pressure Relief Valve Color: Black, 39, EA;
LI 002: SHIPPING (P/N: SHIPPING), Shipping for P/N: 850506403034, ATTN: ANDREW POTTER NAWCAD WOLF BLDG 8115 17598 WEBSTER FIELD RD ST. INIGOES MD 20684-4013, 1, LOT;
LI 003: P/N: 00022272, Case, Custom FRP Trnsit Dimensions: 86" L x 9.54" W x 9" H
Lift Off Lid Transit time Stainless Steel Recessed Clear Hanles Stainless Steel Clear Latches Custom Cushion Skid Rails Pressure Relief Valve Color: Grey, 4, EA;
LI 004: SHIPPING (P/N: SHIPPING), Shipping for P/N: 00022272, ATTN: MICHAEL BURNS NAWCAD WOLF BLDG 8115 17598 WEBSTER FIELD RD ST. INIGOES MD 20684-4013, 1, LOT;

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, NAWC-AD 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAWC-AD 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 Offerers 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. 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 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 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.
All responding vendors must be registered in the System for Award Management (SAM) Database prior to submission of an offer to be considered for award of any DOD contract. This may be accomplished electronically at http://www.sam.gov/vendor.cfm.

Offer must be good for 30 calendar days after closing.

The Government will award to the lowest priced - technically acceptable Brand Name quote that conforms to the requirement. Your quote will only be evaluated on the information you provide. Items must be covered under the Manufacturer’s Warranty. Vendors must be an authorized distributor/reseller and provide Letter of Authorization with quote.

Used or refurbished items will not be accepted, ITEMS MUST BE “Brand New” and TAA Compliant.

FOB Destination preferred. All shipping cost should be included in the line item costs. Unless otherwise noted. IN ORDER MEET THE SYSTEM RENEWAL AND SUSTAINMENT DEADLINES, THE REQUIRED DELIVERY DATE IS 13 SEPTEMBER 2023.

Contract Terms and Conditions -- Commercial Items

Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items

Electronic Submission of Payment Requests and Receiving Reports

Wide Area WorkFlow Payment Instructions

Disclosure of Information

Subcontracts for Commercial Items.

System for Award Management Maintenance.

Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.

Unenforceability of Unauthorized Obligations.

Clauses incorporated by reference

Whistleblowing

Safeguarding of Unclassified Controlled Technical Info

Vendor complies with all clauses, provisions, and terms included in attachment.
Attachments/Links
Contact Information
Contracting Office Address
  • BUILDING 439 SUITE F 47110 LILJENCRANTZ ROAD UNIT 7
  • PATUXENT RIVER , MD 20670-1545
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 03, 2023 02:15 pm 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 >