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 N0060422Q4077 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 2022-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size standard of 1,250.00 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:
2022-08-09 15:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.
FOB Destination shall be JBPHH, HI 96860
The FLC - Pearl Harbor requires the following items, Brand Name Only (Exact Match), to the following:
LI 001: Brand Name Only - HPE Simplivity Test/Dev Nodes IAW Attachment 1 - Parts List. Please include shipping to FOB Destination to JBPHH, HI in this Line Item., 1, Group;
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 - Pearl Harbor 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 - Pearl Harbor 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
[email protected]. 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
[email protected] 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.
Equipment Condition: New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
No partial shipments allowed: No partial shipments are permitted unless specifically authorized at the time of award.
Offer period: Bid MUST be good for 30 calendar days after close of Buy.
FAR Site: The full text of the referenced FAR clauses/provisions may be accessed electronically at https://www.acquisition.gov/?q=browsefar
DFARS Site: The full text of the referenced DFARS clauses/provisions may be accessed electronically at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/
SAM Registration: All offerors are required to have an active registration in System for Award Management (SAM) to respond to federal solicitations. To register in SAM, please go to https://www.sam.gov/. Any active or inactive exclusions in SAM may preclude an award being made to your company.
52.203-12 (JUN 2020): Limitation on Payments to Influence Certain Federal Transactions
52.204-7 (Oct 2018): System for Award Management
52.204-13 (Oct 2018): SAM Maintenance
52.204-16 (AUG 2020): Commercial and Government Entity Code Reporting
52.204-18 (AUG 2020): Commercial and Government Entity Code Maintenance
52.204-21 (NOV 2021): Basic Safeguarding of Covered Contractor Information Systems
52.204-24 (NOV 2021): Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.212-1 (NOV 2021): Instructions to Offerors -- Commercial Items
52.212-3 & Alt I (MAY 2022): Offeror Representations and Certifications -- Commercial Items
52.212-4 (NOV 2021): Contract Terms and Conditions--Commercial Items
52.212-5 (MAY 2022): Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items
52.204-10 (JUN 2020): Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6 (NOV 2021): Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-6 (NOV 2020): Notice of Total Small Business Set-Aside
52.219-28 (SEP 2021): Post Award Small Business Program Representation
52.222-3 (JUN 2003): Convict Labor
52.222-21 (APR 2015): Prohibition of Segregated Facilities
52.222-26 (SEP 2016): Equal Opportunity
52.222-35 (JUN 2020): Equal Opportunity for Veterans
52.222-36 (JUN 2020): Equal Opportunity for Workers With Disabilities
52.222-37 (JUN 2020): Employment Reports on Veterans
52.222-50 (NOV 2021): Combating Trafficking in Persons
52.223-18 (JUN 2020): Encouraging Contractor Policies to Ban Text Messaging while Driving
52.225-13 (FEB 2021): Restriction on Certain Foreign Purchases
52.232-33 (OCT 2018): Payment by Electronic Funds Transfer - SAM
52.239-1 (AUG 1996): Privacy or Security Safeguards
52.222-19 (JAN 2022): Child Labor--Cooperation with Authorities and Remedies
52.232-39 (JUN 2013): Unenforceability of Unauthorized Obligations
52.232-40 (NOV 2021): Providing Accelerated Payments to Small Business Subcontractors
252.252-5 (NOV 2020): Authorized Deviations in Provisions
52.252-6 (NOV 2020): Authorized Deviations in Clauses
252.203-7000 (SEP 2011): Requirements Relating to Compensation of Former DOD Officials
252.203-7002 (SEP 2013): Requirement to Inform Employees of Whistleblower Rights
252.203-7005 (NOV 2011): Representation Relating to Compensation of Former DoD Officials
252.204-7003 ( APR 1992): Control of Government Personnel Work Product
252.204-7015 (MAY 2016): Disclosure of Information to Litigation Support Contractors
252.204-7016 (DEC 2019): Covered Defense Telecommunications Equipment or Services-Representation
252.204-7017 (MAY 2021): Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation
252.204-7018 (JAN 2021): Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services.
252.211-7003 (MAR 2022): Item Unique Identification and Valuation
252.213-7000 (SEP 2019): Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations
252.223-7008 (JUN 2013): Prohibition of Hexavalent Chromium
252.225-7012 (APR 2022): Preference for Certain Domestic Commodities
252.225-7048 (JUN 2013): Export-Controlled Items
252.225-7050 (SEP 2021): Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism
252.225-7055 (MAY 2022): Representation Regarding Business Operations with the Maduro Regime
252.225-7056 (MAY 2022): Prohibition Regarding Business Operations with the Maduro Regime
252.225-7972 (MAY 2020): Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (DEVIATION 2020-O0015)
252.225-7973 (MAY 2020): Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems-Representation (DEVIATION 2020-O0015)
252.225-7974 (FEB 2020): Representation Regarding Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005)
252.232-7003 (DEC 2018): Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 (DEC 2018): Wide Area Workflow Payment Instructions
252.232-7010 (DEC 2006): Levies on Contract Payments
252.232-7017 (APR 2020): Accelerating Payments to Small Business Subcontractors-Prohibition on Fees and Consideration
252.239-7098 (APR 2021): Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites-Representation
252.244-7000 (JAN 2021): Subcontracts for Commercial Items
252.246-7008 (MAY 2018): Sources of Electronic Parts
252.247-7023 (FEB 2019): Transportation of Supplies by Sea-Basic
Bid Protests Not Available