81--RFI - Secondary Containment Systems

Agency: DEPT OF DEFENSE
State: Washington
Level of Government: Federal
Category:
  • 81 - Containers, Packaging, and Packing Supplies
Opps ID: NBD00159678133260619
Posted Date: Aug 8, 2023
Due Date: Aug 11, 2023
Solicitation No: W911S8-23-Q-KSHOCK01
Source: Members Only
Follow
81--RFI - Secondary Containment Systems
Active
Contract Opportunity
Notice ID
W911S8-23-Q-KSHOCK01
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
418TH CSB
Office
W6QM MICC-JB LEWIS-MC CHORD
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: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 08, 2023 12:28 pm EDT
  • Original Response Date: Aug 11, 2023 04:30 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 07, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 8120 - COMMERCIAL AND INDUSTRIAL GAS CYLINDERS
  • NAICS Code:
    • 332420 - Metal Tank (Heavy Gauge) Manufacturing
  • Place of Performance:
    100 COL Joe Jackson Blvd JBLM , WA 98433
    USA
Description
This Sources Sought Notice/Request for Information is intended for information and planning purposes only and shall not be construed as a commitment or a promise of a contract by the Government. This is not a solicitation. This notice does not constitute an Invitation for Bid, Request for Quote, or Request for Proposal, nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice.

The Notice ID is W911S8-23-Q-KSHOCK01 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The SSN/RFI document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 332420 with a small business size standard of 750.00 employees.

This requirement is a Small Business Set-Aside and only qualified sellers may submit bids.

The SSN/RFI on https://marketplace.unisonglobal.com will start on the date this is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:

2023-08-11 16:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be JBLM, WA 98433

The MICC Joint Base Lewis McChord requires the following items, Meet or Exceed, to the following:
LI 001: Replacement Plugs 1-1/2" diamater. Plugs must meet below salient characteristicsPVC or SteelAble to manually unscrew using basic hand tools (non power tool)Prevent liquid from passing through drainage holes, 80, EA;
LI 002: Ball Valve 1-1/2" diameter. Must meet below salient characteristics. PVC or SteelAble to open or close valve manuallyConnect to filter box via 1-1/2" diameter inlet, 36, EA;
LI 003: Filter Box. Can be fabricated. Must meet below salient characteristics. Able to accept 1-1/2" diameter vall valveHas a second 1-1/2" outlet to drain liquidRemovable lid to protect inside storageMinimum of 10"x10"x10" Surface treated to prevent corrosion and rust, 36, EA;
LI 004: Sorbent Pillows to absorb POL runoff during rainwater drainage. Must meet below salient characteristics. Hydorophobic or OilophilicHold 1 gallon of hydrocarbons without leakingFit inside of filter boxes., 384, EA;
LI 005: Removal and installation of all parts associated with the function of the secondary containment systems. As well as one (1) day of training., 1, Job;

Solicitation and Buy Attachments

***Question Submission: Interested Sellers must submit any questions concerning the SSN/RFI 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 SSN/RFI may not be considered.***

For this SSN/RFI, MICC Joint Base Lewis McChord intends to document responses online to be facilitated by the third-party Marketplace, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to document responses. Sellers may submit responses during the specified period of time. MICC Joint Base Lewis McChord is taking this action in an effort to improve both Seller access and awareness of requests and the agency's ability to gather multiple responses.All responsible Sellers that respond to this SSN/RFI MUST submit the responses using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or submit a response on https://marketplace.unisonglobal.com.Sellers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Sellers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Sellers 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 Sellers 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.

In accordance with FAR 19.102(b), the small business size standard is applied by classifying the product or service being acquired in the industry whose definition, as found NAICS Manual, best describes the principal nature of the product or service being acquired. The NAICS code selected for this acquisition is (000000, DESCRIPTION) with an applicable small business size standard of ($Mil or # Employees).

The Contracting Officer (KO) at Mission and Installation Contracting Command, Joint Base Lewis-McChord is the only person authorized to approve changes or modify any of the requirements under this solicitation, and notwithstanding anything contained elsewhere in this solicitation, the said authority remains solely with the KO. In the event the Contractor or contractor employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the price of any subsequently awarded contract under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof.

If an interested party have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also officially protest to the contracting officer. Contract award or performance is suspended during the protest. To be timely, protests must be filed within the periods specified in FAR 33.103. If an interested party has complaints or want to file a protest it must be sent to the address below:Mission and Installation Contracting CommandChief, Supply and Small Services BranchBOX 339500, MS 19JBLM, WA 98433-9500Facsimile number 253-967-3844

If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution.HQ Army Material CommandOffice of Command Counsel9301 Chapek Rd, Room 2-1SE3401Ft. Belvoir, VA 22060-5527Facsimile number (703) 806-8866 or 8875Packages sent by FedEx or UPS should be addressed to:[contract number]HQ Army Material CommandOffice of Command CounselRoom 2-1SE34011412 Jackson LoopFt. Belvoir, VA 22060-5527The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures.

Quotes MUST be valid for 30 days after Request for Quote/solicitations closing date.

Questions concerning this solicitation must be submitted at least 5 days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date may not be considered.

Contact MarketplaceSupport@unisonglobal.com or call 1-877-933-3243 to address any questions for quotes utilizing Unison Marketplace.

Quotes must be submitted per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected and deemed non-responsive.

In order to enhance the efficiency of the procurement process, the Government intends to evaluate only the lowest priced quote to determine if the quote is technically acceptable and whether the vendor has acceptable or neutral past performance. If the lowest priced quote is reasonably priced and technically acceptable and the vendor has acceptable or neutral past performance, the Government intends to make an award to that vendor and no other quote will be evaluated. If the lowest priced offer is not technically acceptable, the vendor does not have acceptable or neutral past performance, or both, then the Government will evaluate the second lowest priced quote for technical acceptability and acceptable or neutral past performance. This method will continue until the lowest priced, technically acceptable quote, by a vendor with acceptable or neutral past performance, is determined. Quotes will be evaluated based on price and technical acceptability. Quoter/Offeror certifies that the product quoted meets or exceeds all minimum requirements as stated in the Request for Quotes.
Attachments/Links
Contact Information
Contracting Office Address
  • DIRECTORATE OF CONTRACTING BLDG 2015 4TH ST BOX 339500 MS 19
  • JOINT BASE LEWIS MCCH , WA 98433-9500
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 08, 2023 12:28 pm EDTSources Sought (Original)

Related Document

Aug 9, 2023[Sources Sought (Updated)] 81--RFI - Secondary Containment Systems

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 >