Federal Bid

Last Updated on 17 Sep 2021 at 9 PM
Combined Synopsis/Solicitation
J b p h h Hawaii

71--Assorted shipboard items including furniture, canopies, ceremonial recognition display items with custom added graphics of the ship's crest, name, motto, etc

Solicitation ID N0060421Q4093
Posted Date 17 Sep 2021 at 9 PM
Archive Date 19 Mar 2022 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Navsup Flt Log Ctr Pearl Harbor
Agency Department Of Defense
Location J b p h h Hawaii United states 96860
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 N0060421Q4093 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 2021-07. The associated North American Industrial Classification System (NAICS) code for this procurement is 337127 with a small business size standard of 500.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit quotes.

The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on:

2021-09-20 18:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be PEARL HARBOR, HI 96860

The FLC - Pearl Harbor requires the following items, Purchase Description Determined by Line Item, to the following:
LI 001: PODIUM (SPEAKERS LECTUR), in OAK. PODIUM 24 inch L X 24 inch W X 48 inch H OVERALL, with USS HOPPER CMD CREST in color. 12 inch desired overall size of CMD Crest. See Attachment 1 General Pictorial and Graphic Samples., 2, EA;
LI 002: Flag Stand, Box and Dome, in OAK. with handles and ships name "USS HOPPER DDG 70", 36 inch L X 18 inch D X 15 inch H overall dimension of stand, Font height 3.5 inch in Gold color. See Attachment 1 for General Pictorial and Graphic Samples., 1, EA;
LI 003: CEREMONIAL BULLETS. BULLETS - 36 INCH HIGH, OAK TIPS AND BOTTOM CHROME CENTER. See Attachment 1 for General Pictorial and Graphic Samples., 4, EA;
LI 004: Brow Skirt, Navy blue, for DESRON 31. DESRON 31 crest on the left, "USS HOPPER (DDG 70)", centered in white color font, USS HOPPER crest on the right. SWO pin, "KE KOA O KE KAI", white color font, ESWS pin, Overall size of Brow Skirt, 240 inches x 36 inches, Font Top line 9.5 inch, Bottom line 8.5 inch, Crests 27 inch height. Holes for mounting, 11 mounting holes across top and bottom of banner. Holes are small with metal inserts to prevent ripping. Opening of mounting hole is approximately 0.5 inch diameter. See Attachment 1 for General Pictorial and Graphic Samples., 2, EA;
LI 005: Brow Skirt, Navy blue, for USS HOPPER. USS HOPPER Crest on the left, "USS HOPPER (DDG 70)" centered in white color font, and if possible, the lion from the middle of our crest on the right. If not another crest will be fine. USS HOPPER DDG 70, in white color font, SWO pin, "Dare and Do", white color font, ESWS pin, Overall size of Brow Skirt, 240 inches x 36 inches. Top line text 9.5 inch. Bottom line 8.5 inch. Lion Crest 2 inch height. SWO-ESWS 8 inch height. Holes for mounting, 11 mounting holes across top and bottom of banner. Holes are small with metal inserts to prevent ripping. Opening of mounting hole is approximately 0.5 inch diameter. See Attachment 1 for General Pictorial and Graphic Samples., 2, EA;
LI 006: BELLSTAND, BOX AND TRESTLE, IN OAK WITH USS HOPPER COMMAND CREST TO INCLUDE LIONS ON BOTH SIDES. CMD Crest 12 inch, overall desired dimension of bell stand is between 56 inch H x 22 inch W x 22 inch D, and 56 inch H x 22 inch W x 26 inch D. NOTE - Bell Not included for this item. See Attachment 1 for General Pictorial and Graphic Samples., 1, EA;
LI 007: KISBEE, 56 inch H, in OAK, WITH BRASS LANTERN AND LIFE RING with "USS HOPPER" and a lion (see attached) on each side. 1.5 inch lettering, brass color. See Attachment 1 for General Pictorial and Graphic Samples., 1, EA;
LI 008: 10 foot x 10 foot canopies, blue. "DARE AND DO", in White, 5 inch font. Large USS Hopper crest on top. Crest and motto to be printed on one side of canopy. Pole assembly type frame. See Attachment 1 for General Pictorial and Graphic Samples., 4, EA;
LI 009: COMMAND PHOTO BOARD, H frame easel. 48 inch H x 36 inch W overall dimension. From Top of the Board, Arc and in Gold Lettering to read "USS HOPPER (DDG 70)" - in 3 inch gold lettering, SWO and ESWS pins on both sides. Triad Photos for XO, CO, CMC will be 8 inch x 11 inch. Ship crest on the center. "DEPARTMENT HEADS" in gold 1 inch lettering, 6 frames on a row will be 5 inch x 7 inch. "DEPARTMENTAL LCPO'S" - in gold 1 inch lettering, 6 Frames on a row will be 5 inch x 7 inch. Motto below the frames to read, "DARE AND DO" - in 2 inch gold lettering. See Attachment 1 for General Pictorial and Graphic Samples., 1, EA;
LI 010: Interlocking Vinyl mats with hopper crest. 5 foot x 7 foot, background color, gray. outside frame color, blue. See Attachment 1 for General Pictorial and Graphic Samples., 2, EA;
LI 011: Plaques, Standard in oak, overall desired dimensions between 7 3/4 inch x 10 inch, and 6 inch x 12 inch, with USS HOPPER crest 1 inch offset towards the top of the plaque so we may custom engrave placards at the bottom for award purposes. Crest length should be 3.5 inch, 20, EA;
LI 012: Sailor's Corner Board, overall dimension of board 48 inch H x 36 inch W (similar design to the COMMAND PHOTO BOARD, but no easel required). First Line - "USS HOPPER DDG 70" (Centered). Second Line - "Amazing Grace" (Centered). Third Line - USS HOPPER Ship Crest - Sailor's Creed - Ship Crest. Fourth Line - "Senior Sailor of the Year", "Sailor of the Year", "Junior Sailor of the Year", "Bluejacket of the Year" (All capital Letter). Fifth Line - "Senior Sailor of the Quarter", "Sailor of the Quarter", "Junior Sailor of the Quarter", "Bluejacket of the Quarter" (All capital Letter). Sixth Line - "Dare and Do" (Centered). Lines 1, 2 and 6, font should be 2 inch, white color. Line 3, the total height of the Sailor's Creed section should be 10 inch, white color. Lines 4 and 5, should be 1 inch lettering, white color. Sailor's Creed, "I am a United States Sailor. I will support and defend the Constitution of the United States of America and I will obey the orders of those appointed over me. I represent the fighting spirit of the Navy and those who have gone before me to defend freedom and democracy around the world. I proudly serve my country's Navy combat team with Honor, Courage and Commitment. I am committed to excellence and the fair treatment of all." All frames size, 5 inch x 7 inch, 1, EA;

Solicitation and Buy Attachments

***Question Submission: Interested offerors 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 www.UnisonMarketplace.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 Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a quote on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at [email protected]. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors 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.

52.204-7: System for Award Management

52.204-10: Reporting Executive Compensation and First-Tier Subcontract Awards

52.204-13: SAM Maintenance

52.209-6: Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

52.212-1: Instructions to Offerors -- Commercial Items

52.212-3 & Alt I: Offeror Representations and Certifications -- Commercial Items

52.212-4: Contract Terms and Conditions--Commercial Items

52.212-5: Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items

52.219-6: Notice of Total Small Business Set-Aside

52.219-28: Post Award Small Business Program Rerepresentation

52.222-3: Convict Labor

52.222-19 CD 2020-O0019: Child Labor--Cooperation with Authorities and Remedies.

52.222-21: Prohibition of Segregated Facilities

52.222-26: Equal Opportunity

52.222-36: Equal Opportunity for Workers With Disabilities

52.222-50: Combating Trafficking in Persons

52.223-18: Encouraging Contractor Policies to Ban Text Messaging while Driving

52.225-13: Restriction on Certain Foreign Purchases

52.232-33: Payment by Electronic Funds Transfer - SAM

52.232-39: Unenforceability of Unauthorized Obligations

52.232-40: Providing Accelerated Payments to Small Business Subcontractors

52.247-34: FOB Destination

52.252-1: Solicitation Provisions Incorporated by Reference

52.252-2: Clauses Incorporated by Reference

252.203-7000: Requirements Relating to Compensation of Former DOD Officials

252.203-7002: Requirement to Inform Employees of Whistleblower Rights

252.203-7005: Representation Relating to Compensation of Former DoD Officials

252.204-7003: Control of Government Personnel Work Product

252.204-7015: Disclosure of Information to Litigation Support Contractors

252.211-7003 : Item Unique Identification and Valuation

252.223-7008: Prohibition of Hexavalent Chromium

252.225-7001: Buy American Act & Balance of Payments Program

252.225-7048: Export- Controlled Items

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

252.232-7006: Wide Area Workflow Payment Instructions

252.232-7010: Levies on Contract Payments

252.244-7000: Subcontracts for Commercial Items

252.247-7023: Transportation of Supplies by Sea

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.

Protests after Award

Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment

Prohibition on Contracting with Inverted Domestic Corporations

Applicable Law for Breach of Contract Claim

Authorized Deviations in Provisions

Authorized Deviations in Clauses

Covered Defense Telecommunications Equipment or Services--Representation

Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation

Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015)

Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation. (DEVIATION 2020-O0015)

52.232-36: Payment by Third Party

252.204-7008: Compliance with Safeguarding Covered Defense Information Controls

252.204-7019: Notice of NIST SP 800-171 DoD Assessment Requirements

252.204-7020: NIST SP 800-171 DoD Assessment Requirements

252.213-7000: Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations

252.225-7012: Preference for Certain Domestic Commodities

252.225-7974 CD 2020-O0005: Representation Regarding Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005)

252.204-7012: Safeguarding of Unclassified Controlled Technical Information

USS HOPPER ATTN SUPPLY OFFICER DLA RECEIVING OFFICE 2000 GAFFNEY ST BLDG 1900 PEARL HARBOR, HI 96860-4518

Bid Protests Not Available