Description
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 1135951 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 2023-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 238320 with a small
business size standard of $19.00M. This requirement is a Small Business Set-Aside and only qualified sellers 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:
2023-06-05 17:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.
FOB Destination shall be in the Statement of Work.
The DHS Federal Emergency Management Agency requires the following items, Purchase Description Determined by Line Item, to the following:
LI 001: Painting Supplies and Materials - Government-approved natural color for the walls (Sherwin Williams, Alabaster White with Primer/7008 with Satin Finish).
Government-approved color for framework and steel doors (Sherwin Williams SW 7066 GRAY MATTERS ) - ***SEE SOW FOR FULL DETAILS ***, 1, LOT;
LI 002: Labor Cost ***SEE SOW FOR FULL DETAILS ***, 1, SERVICE;
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, DHS Federal Emergency Management Agency 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. DHS Federal Emergency Management Agency is taking this action in an effort to improve both
vendor access and awareness of requests and the agencys ability to gather multiple, competed, real-time bids. All responsible Offerers 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. 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
marketplacesupport@unisonglobal.com. 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 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 Offerers 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.
Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid 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 Unison ‘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 being determined to be non-responsive.
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.
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).
Site visits are permitted; must be scheduled by 5/24/2023. Please submit all site visit requests by using the Submit a Question button. The Program Office will then contact for
scheduling.
Bid MUST be good for 30 calendar days after close of Buy. Estimated Award Effective Date is on or around 6/22/2023.
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/.
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 http://www.acqnet.gov/far.
In addition to providing pricing at www.unisonmarketplace.com for this solicitation, each Offeror 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 solicitation. Submissions can be sent to
marketplacesupport@unisonglobal.com.
For Exact Match Only Commodity Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The vendor may not substitute any item/service listed on this order without prior written approval from the
DHS/CBP 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 RFQ. Items/services that do not conform to descriptions and part numbers found in this RFQ will be rejected at the time of delivery causing a return at the vendors expense.
For Exact Match Services Buys Only- In order for a sellers bid to be responsive and considered for award, the seller is REQUIRED to document exactly how they intend to meet the
requirements of the SOW. They shall document statement detailing the service for evaluation. Failure to do this may be cause for termination. This information is REQUIRED in order for a
sellers bid to be deemed responsive and to be considered for award.
In accordance with the IPP clause; ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (JAN 2016), payment requests for all new awards must be submitted
electronically through the U. S. Department of the Treasurys Invoice Processing Platform System (IPP). The Contractor must use IPP for contracts and orders awarded April 11, 2016 or
later. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt
Payment clause included in this contract. The IPP website address is: https:// www.ipp.gov. Contractor assistance with IPP enrollment can be obtained by contacting
IPPCustomerSupport@fms.treas.gov or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must
submit a waiver request in writing to the contracting officer.
Please refer to https://www.dhs.gov/publication/current-far-deviations for additional information regarding the following FAR Class Deviations 20-07. 52.204-8 Annual Representations and
Certifications (DEVIATION 20-07); 52.222-19 Child Labor—Cooperation with Authorities and Remedies. (DEVIATION 20-07); 52.225-3 Buy American—Free Trade Agreements—Israeli Trade Act
(DEVIATION 20-07); 52.225-4 Buy American—Free Trade Agreement—Israeli Trade Act Certificate (DEVIATION 20-07); 52.225-5 Trade Agreements (DEVIATION 20-07); 52.225-11 Buy
American—Construction Materials Under Trade Agreements (DEVIATION 20-07); and 52.225-23 Required Use of American Iron, Steel, and Manufactured Goods—Buy American
Statute—Construction Materials Under Trade Agreements (DEVIATION 20-07).
New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturers warranty.