Florida Bids > Bid Detail

J--REPLACE FIRE SUPPRESSION FOOD SERVICE WAREHOUSE - PROJECT 3D6F

Agency: JUSTICE, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159056255754121
Posted Date: Jan 25, 2023
Due Date: Feb 8, 2023
Solicitation No: 15B30223Q00000001
Source: https://sam.gov/opp/bbd3f19710...
Follow
J--REPLACE FIRE SUPPRESSION FOOD SERVICE WAREHOUSE - PROJECT 3D6F
Active
Contract Opportunity
Notice ID
15B30223Q00000001
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
Office
FCC COLEMAN
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 25, 2023 10:18 am EST
  • Original Published Date: Dec 09, 2022 02:27 pm EST
  • Updated Date Offers Due: Feb 08, 2023 11:00 am EST
  • Original Date Offers Due: Dec 22, 2022 11:00 am EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Aug 07, 2023
  • Original Inactive Date: Jun 20, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J042 - MAINT/REPAIR/REBUILD OF EQUIP- FIRE FIGHTING/RESCUE/SAFETY EQUIP; ENVIRON PROTECT EQUIP/MATLS
  • NAICS Code:
    • 333998 - All Other Miscellaneous General Purpose Machinery Manufacturing
  • Place of Performance:
    846 NE 54th Terr Coleman , FL 33521
    USA
Description View Changes
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 15B30223Q00000001 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 333998 with a small business size standard of 500.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids.

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:

2023-02-08 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Coleman, FL 33521

The DOJ BOP Field Offices - FCC COLEMAN requires the following items, Meet or Exceed, to the following:
LI 001: 252 FT. of 4” galvanized, beveled ends (BE) A53B schedule 40, electric resistance welded (ERW), Single Random Lengths (SRL) pipe in 21’ lengths. , 252, FT;
LI 002: 441 FT. of 2-1/2” galvanized A53B schedule 40, SRL, BE, welded carbon steel (WCS) pipe in 21’ lengths. , 441, FT;
LI 003: 1092 FT. of 1-1/2” galvanized, A53B, schedule 40, SRL, BE, WCS pipe in 21’ lengths. , 1092, FT;
LI 004: 273 FT. of 1-1/4” galvanized, A53B, schedule 40, SRL, plain end (PE), WCS pipe in 21’ lengths. , 273, FT;
LI 005: 336 FT. of 1” galvanized, A53B, schedule 40, SRL, plain end (PE), WCS pipe in 21’ lengths. , 336, FT;
LI 006: 90 ea. of 1-1/2” X 1-1/2” X 1” FNPT, schedule 40, standard 150# galvanized malleable iron tee. , 90, EA;
LI 007: 30 ea. of 1-1/2” X 1-1/4” X 1” FNPT, schedule 40, standard 150#, galvanized malleable iron tee. , 30, EA;
LI 008: 200 ea. of 1” X 1” X ¾” threaded X NPS, standard 150# galvanized malleable iron reducing tee. , 200, EA;
LI 009: 250 ea. of 1-1/2” X 1-1/2” X1/2” FNPT, schedule 40, standard 150#, galvanized malleable iron tee. , 250, EA;
LI 010: 60 ea. of 1-1/2” X ½” FPT, standard 150#, galvanized, malleable iron 90-degree elbow. , 60, EA;
LI 011: 100 ea. of 1-1/2” threaded, standard 150#, galvanized malleable iron 90-degree elbow. , 100, EA;
LI 012: 60 ea. of 1” FNPT, standard 150#, galvanized malleable iron 90-degree elbow. , 60, EA;
LI 013: 200 ea. of ¾” MNPT, standard 150#, cored square head, galvanized cast iron plug. , 200, EA;
LI 014: 24 ea. of 4” Victaulic, firelock style 002, grooved, 365 psi, hot dipped, galvanized, ductile iron with tee plastic gasket , 24, EA;
LI 015: 24 ea. of 4” X ½” Victaulic, grooved, 365 psi, hot dipped, galvanized, concentric reducer. , 24, EA;
LI 016: 24 ea. of 4” Victaulic, firelock style 005, grooved, 365 psi, hot dipped, galvanized, rigid coupling. , 24, EA;
LI 017: 12 ea. of 4” Victaulic, firelock style 002, grooved, 365 psi, hot dipped, galvanized, ductile iron with tee plastic gasket , 12, EA;
LI 018: 24 ea. of 4” X ½” Victaulic, grooved, 365 psi, hot dipped, galvanized, concentric reducer. , 24, EA;
LI 019: 24 ea. of 4” Victaulic, firelock style 005, grooved, 365 psi, hot dipped, galvanized, rigid coupling. , 24, EA;
LI 020: 108 ea. of 1-1/2” Victaulic, firelock style 005, grooved, galvanized, rigid coupling. , 108, EA;
LI 021: 60 ea. of 4” Victaulic, firelock style 005, grooved, hot dipped, galvanized, rigid coupling. , 60, EA;
LI 022: 60 ea. of 2-1/2” Victaulic, fire lock style 002, grooved, hot dipped, galvanized, ductile iron with tee plastic gasket. , 60, EA;
LI 023: 60 ea. of 2-1/2” X 1-1/2” Victaulic, grooved, 365 psi, hot dipped, galvanized, concentric reducer. , 60, EA;
LI 024: 60 ea. of 2-1/2” Victaulic, fire lock style 002, grooved, hot dipped, galvanized, rigid coupling. , 60, EA;
LI 025: 120 ea. of 2-1/2” Victaulic, fire lock style 002, grooved, hot dipped, galvanized, rigid coupling. , 120, EA;
LI 026: 1002 FT. of 3/8” X 6’, zinc plated all thread rod. , 1002, FT;
LI 027: 450 ea. of 3/8” pre-galvanized steel top mount stamped beam clamp. , 450, EA;
LI 028: 100 ea. of model 115 1” X 3/8” pre-galvanized steel loop hanger. , 100, EA;
LI 029: 250 ea. of model 115 1-1/2” X 3/8” pre-galvanized steel loop hanger. , 250, EA;
LI 030: 60 ea. of model 115 2-1/2” X 3/8” pre-galvanized steel loop hanger. , 60, EA;
LI 031: 30 ea. of 4” steel adjustable swivel ring hanger. , 30, EA;
LI 032: 100 ea. of 3/8” zinc rod coupling. , 100, EA;
LI 033: 1 ea. of RIDGID groove mounting kit for RIDGID tool model 300 power drive. , 1, EA;
LI 034: 1 ea. of RIDGID model 300, 1/8” – 1-1/4” power drive. , 1, EA;
LI 035: 200 ea. of RIDGID ductile iron and steel cutting wheel , 200, 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 https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, DOJ BOP Field Offices - FCC COLEMAN 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 bids, which descend in price during the specified period of time for the aforementioned reverse auction. DOJ BOP Field Offices - FCC COLEMAN 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 bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com. Offerors that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.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 marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, 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 offerors 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.
As defined in the Federal Acquisition Regulation (FAR) 2.101, the terms “offer” and “offeror” refer to a response to a solicitation that, if accepted, would bind the submitter to perform the resultant contract. The terms “bid” and “bidder” refer to an offer submitted in response to an Invitation for Bid (IFB). The term “proposal” refers to an offer submitted in response to a Request for Proposal (RFP). The terms “quotation,” “quote,” and “quoter” refer to a non-binding submission in response to a Request for Quotation (RFQ) which is not an offer.

Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid/Proposal/Quotation individual pricing for all required line items in order to be considered for award (i.e., Do not use the “Included in another line item” function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid ‘Submit a Question’ feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid/Proposal/Quotation being determined to be unacceptable.

New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

Bid/Offer MUST be good for 60 calendar days after close of Buy, unless otherwise indicated.

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.

This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov.

No partial shipments are permitted unless specifically authorized at the time of award.

Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable).

The Contracting Officer will indicate elsewhere in this Buy as to whether responses will be evaluated for award based either upon (a) price and pricing factors only (Bids/Quotes) or (b) price and other factors (Proposals/Quotes). All Bids/Proposals/Quotations must conform to the listed specifications or the Statement of Work. If award criteria are based upon (b) price and other factors, the Contracting Officer shall clearly indicate the criteria to be applied elsewhere in this Buy.

In addition to providing pricing at WWW.UNISONMARKETPLACE.COM for this solicitation, each Bidder/Offeror/Quoter must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this Buy. Submissions can be sent to marketplacesupport@unisonglobal.com

For Exact Match Only Commodity Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The Bidder/Offeror/Quoter may not substitute any item/service listed on this order without prior written approval from the BOP Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this Buy. Items/services that do not conform to descriptions and part numbers found in this Buy will be rejected at the time of delivery causing a return at the contractor's expense.

For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). Failure to do this may result in non-consideration of the Bid/Proposal/Quotation. This information is REQUIRED in order for a seller’s Bid/Proposal/Quotation to be evaluated for award. FAR 52.211-6.

Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
(End of clause)
(SS 7-104.91(a) 1962 SEP)

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/.

The delivery is to be done within 45 calendar days from the date contract is awarded. Delivery of material shall include an itemized packing list. NO MORE THAN TWO SEPARATE DELIVERIES.
Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 846 NE 54TH TERRACE PO BOX 1029
  • COLEMAN , FL 33521
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >