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 N0010419QX024 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 2019-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 337910 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 will end on 2019-05-13 16:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be Loxley, AL 36551
The WSS - Mechanicsburg requires the following items, Meet or Exceed, to the following:
LI 001: Description:
Mattress, Fire Resistant, Shipboard MSC, per ASTM F1085-03a-Para 5.1, 16 CFR 1632, and 16 CFR 1633, 15 Gauge heat tempered steel coils, 550 coils per mattress, with fire resistant cushioning each side. Size: 28ââ¬ï¿½x80ââ¬ï¿½x8ââ¬ï¿½.
Design: Mattresses shall be of an innerspring type design. Neoprene and other foam block mattresses are NOT acceptable. Mattress thickness shall be no less than 8 inches.
Innerspring core: Coil springs shall be constructed from minimum 15 Gauge upholstery grade, hard drawn wire. Coil density shall be a minimum of 550 coils per mattress.
Cushioning and Insulator Layers: Innerspring unit shall be covered on both sides with a coil support/insulator pad.
Upholstery: Each side of the mattress shall be covered, at a minimum, with a single piece 1.2 oz./sq. fire retardant fiber cover.
Construction Details: ASTM F1085-03a ââ¬â Standard Specifications for Mattress and Box Springs for use in Berths of Marine Vessels (Para 5.1 addresses innerspring mattresses)
Fire Performance Requirements: Consumer Product Safety Commission Standard for the Flammability of Mattresses and Mattress Pads, FF 4-72 Amended (16 CFR 1632).
Consumer Product Safety Commission Standard for the Flammability (Open Flame) of Mattress Sets (16 CFR 1633).
Successful testing meeting standards which exceed the above requirements will be considered on a case by case basis prior to award.
Complete, passing flammability test reports shall be available for review for each mattress production series proposed. Requirements for record keeping of test results and product labeling shall be IAW the above regulations.
The mattress labels shall clearly state that mattresses meet the applicable fire test requirements., 42, 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 www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***
For this solicitation, WSS - Mechanicsburg intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. 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. WSS - Mechanicsburg 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 www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a quote on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.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 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 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.
New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. The requirements listed in the Line item description must all be met or exceeded. Offerors are solely responsible for clearly demonstrating to the Government's satisfaction/approval that the items they are offering meet or exceed all the required descriptions/specifications. If not, the government retains the sole discretion to reject the offer.
Bid MUST be good for 60 calendar days after close of Buy. NOTE: This is a total small business set-aside. Only offers from qualified small businesses will be accepted. The current System For Award Management (SAM) registrations will be checked to see if offerors certified whether or not they are a small business concern. The government reserves the right to amend the terms/conditions/requirements of the solicitation at any time.
Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.
A kind, count, and condition inspection of the material will occur at destination before Acceptance can occur and invoicing is paid.
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 52.212-3, 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; 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): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.
SYSTEM FOR AWARD MANAGEMENT (JUL 2013)
ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2017)
INCORPORATIONS BY REFERENCE OF REPS & CERTS (DEC 2014)
SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2016)
BASIC SAFEGUARDING BY COVERED CONTRACTOR INFO SYSTEMS (JUN 2016)
NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011)
COMBATTING TRAFFICKING IN PERSONS (MAR 2015)
PROHIBITION ON CONTRACTING WITH ENTITIES IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN - REPRESENTATIONS AND CERTIFICATIONS (OCT 2015)
CHANGES - FIXED-PRICE (AUG 1987)
INSPECTION OF SUPPLIES - FIXED-PRICE (AUG 1996)
CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011)
PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2015-O0010) (FEB 2015)
COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (DEC 2015
SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (AUG 2015)
ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)
NOTICE OF INTENT TO RESOLICIT (JUN 2012)
ONLY ONE OFFER (OCT 2013)
BUY AMERICANââ¬âBALANCE OF PAYMENTS PROGRAM CERTIFICATEââ¬âBASIC (NOV 2014)
BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAMââ¬âBASIC (NOV 2014)
LEVIES ON CONTRACT PAYMENTS (DEC 2006)
ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012)
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)
Bid Protests Not Available