href="http://www.UnisonMarketplace.com" target="_blank">www.UnisonMarketplace.com. FOB Destination shall be Crane, IN 47522The FLC - Norfolk requires the following items, Brand Name or Equal, to the following:LI 001: - TEST WEIGHTS MUST BE ALL STEEL TEST WEIGHTS. - MAX WIDTH OF ANY TEST WEIGHT MUST NOT EXCEED 48" WIDE. - MAX HEIGHT OF STACKABLE TEST WEIGHTS TO INCLUDE BASE-POST TEST WEIGHT MUST NOT EXCEED 72" TALL. - ALL TEST WEIGHTS MUST BE ABLE TO BE HANDLED FROM UNDERNEATH BY FORKLIFT, AS WELL AS FROM ABOVE BY CRANE. - BASE POST TEST WEIGHTS MUST BE CAPABLE OF ATTACHING DIRECTLY TO CRANE HOOK WITHOUT USE OF RIGGING GEAR. - THE FOLLOWING SIZE BASE POST TEST WEIGHTS ARE NEEDED: - 1 EACH 1,200 LBS BASE-POST TEST WEIGHT - MUST BE ABLE TO HANDLE UP TO 8,800 LBS (10,000 LBS INCLUDING BASE). - 1 EACH 4,800 LBS BASE-POST TEST WEIGHT - MUST BE ABLE TO HANDLE UP TO 18,600 LBS (23,400 LBS INCLUDING BASE). THE FOLLOWING SIZE STEEL STACKABLE TEST WEIGHTS ARE NEEDED: - 2 EACH 4,800 LBS STACKING TEST WEIGHT - 3 EACH 1,200 LBS STACKING TEST WEIGHT - 2 EACH 2,400 LBS STACKING TEST WEIGHT - 1 EACH 600 LBS STACKING TEST WEIGHT ALL TEST WEIGHTS AND BASE POST WEIGHTS MUST BE: - DEBURRED - SHARP EDGES REMOVED - BLASTED - PAINTED YELLOW - TEST WEIGHT SIZE (LBS) MUST BE STENCILED IN A VISIBLE LOCATION WHEN STACKED. - TEST WEIGHT SERIAL NUMBER MUST BE STAMPED ON TOP OR SIDE OF TEST WEIGHT., 1, SET;LI 002: ALL TEST WEIGHTS MUST COME WITH SCALE WEIGHT CERTIFICATES., 1, SET;LI 003: ALL TEST WEIGHTS MUST COME WITH APPROVED ENGINEERING DRAWINGS. DRAWINGS OF WEIGHTS MUST BE PROVIDED WITHIN TWO (2) WEEKS AFTER AWARD. TO BE REVIEWED AND APPROVED PRIOR TO THE START OF MANUFACTURING., 1, SET;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, FLC - Norfolk 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. FLC - Norfolk 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
marketplacesupport@unisonglobal.com. 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
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.This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses:
www.acqnet.gov/far and
http://www.acq.osd.mil/dpap/dfars/index.htmThe NAICS code is 331529 and the Small Business Standard is 500 employees.FAR 52.247-34, F.o.b. Destination appliesNew Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.No partial shipments are permitted unless specifically authorized at the time of award.Bid MUST be good for 30 calendar days after close of Buy.The full text of the referenced FAR clauses may be accessed electronically at
https://www.acquisition.gov/Far/System for Award Management52.204-10 Reporting Subcontract Awards.Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012)Prohibition on Contracting with Inverted Domestic Corporations (May 2012)52.212-2 Evaluation - Commercial Items.52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items.52.219-28 Post-Award Small Business Program Rerepresentation.52.222-3 Convict Labor52.222-19 Child Labor--Cooperation with Authorities and Remedies52.222-21 Prohibition of Segregated Facilities52.222-26 Equal Opportunity52.222-36 Affirmative Action for Workers w/ Disabilities52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010)52.225-13 Restrictions on Certain Foreign Purchases.Requirements Relating to Compensation of Former DOD Officials (Sep 2011)Control of Government Personnel Work Product (April 1992)Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012)252.211-7003 Item Identification & Valuation (AUG 2008)-252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation.Buy American Act & Balance of Payments (Oct 2011)252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.252.247-7023 Transportation of Supplies by Sea (MAY 2002)