Pennsylvania Bids > Bid Detail

56--Ceiling/Floor Tile Renovation Material

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 56 - Construction and Building Materials
Opps ID: NBD00159191516898745
Posted Date: Feb 8, 2023
Due Date: Feb 10, 2023
Solicitation No: N0018923Q0088
Source: https://sam.gov/opp/fa621d4f4f...
Follow
56--Ceiling/Floor Tile Renovation Material
Active
Contract Opportunity
Notice ID
N0018923Q0088
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 08, 2023 07:29 am EST
  • Original Date Offers Due: Feb 10, 2023 11:00 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 09, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5670 - BUILDING COMPONENTS, PREFABRICATED
  • NAICS Code:
    • 321992 - Prefabricated Wood Building Manufacturing
  • Place of Performance:
    700 ROBBINS AVENUE BLDG 7A , PA 19111
    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 N0018923Q0088 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 2023-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 321992 with a small business size standard of 500.00 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:

2023-02-10 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be PHILADELPHIA, PA 19111

The FLC - Norfolk requires the following items, Brand Name Only (Exact Match), to the following:
LI 001: MFG: ARMSTRONG (BRAND NAME ONLY)
1776 2X4X5/8 DUNE TEGULAR CEILING TILE 64 SF CTN, 34, EA;
LI 002: MFG: ARMSTRONG (BRAND NAME ONLY)
#51804 IMPERIAL TEXTURE EARTHSTONE COLOR: GREIGE VINYL FLOOR TILE 45 SF CTN, 34, EA;
LI 003: 2X4X10 DRY HEM FIR STD & BTR
PROVIDE PRODUCT COUNTRY OF ORIGIN, 20, EA;
LI 004: 3-1/2X16" KRAFT BATTS R-13|FOR METAL FRAMING 117.33 SF
PROVIDE PRODUCT COUNTRY OF ORIGIN, 6, EA;
LI 005: 1/2 X 4 X 8 DRYWALL
PROVIDE PRODUCT COUNTRY OF ORIGIN, 2, EA;
LI 006: 5/8X4X10 FIRE RATED DRYWALL
PROVIDE PRODUCT COUNTRY OF ORIGIN, 50, EA;
LI 007: 10' DRYWALL CORNER BEAD METAL|SOLD BY PIECE 50PCS/CTN 50PCS/CTN 10/10
PROVIDE PRODUCT COUNTRY OF ORIGIN, 10, EA;
LI 008: 2IN X 250FT PAPER D/W TAPE|SOLD BY ROLL 20ROLLS/CTN
PROVIDE PRODUCT COUNTRY OF ORIGIN, 10, EA;
LI 009: 1-1/4" COARSE D/W SCREW 5LB|1315 PCS/BX PART #V300
PROVIDE PRODUCT COUNTRY OF ORIGIN, 1, EA;
LI 010: 3/4X4X8 BC EXTERIOR Y.P.
PROVIDE PRODUCT COUNTRY OF ORIGIN, 2, EA;
LI 011: 3-5/8 METAL STUDS 20GA 10' 60/10
PROVIDE PRODUCT COUNTRY OF ORIGIN, 60, EA;
LI 012: 3-5/8 X 10' METAL TRACK 20GA 12/10
PROVIDE PRODUCT COUNTRY OF ORIGIN, 12, EA;
LI 013: 4"X4'X1/8" BLACK VINYL ROPPE COVE BASE 120 LF CTN
PROVIDE PRODUCT COUNTRY OF ORIGIN, 4, 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, FLC - Norfolk 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. FLC - Norfolk 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.
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

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

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/

System for Award Management

52.204-10 Reporting Subcontract Awards.

Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012)

Prohibition on Contracting with Inverted Domestic Corporations (May 2012)

52.212-2 Evaluation - Commercial Items.

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial 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

52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans

52.222-36 Affirmative Action for Workers w/ Disabilities

52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans.

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

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

Control of Government Personnel Work Product (April 1992)

Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012)

252.211-7003 Item Identification & Valuation (AUG 2008)

-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.

Buy American Act & Balance of Payments (Oct 2011)

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

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

252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023.
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
  • Feb 08, 2023 07:29 am 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 >