Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2018 FBO #5902
SOLICITATION NOTICE

20 -- USS Whidbey Island, CPO Lounge, CPO Mess, Wardroom, Ships Lounge, Mess Decks, and First Class Mess, habitability upgrade

Notice Date
1/18/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332322 — Sheet Metal Work Manufacturing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018918Q0090
 
Response Due
2/6/2018
 
Archive Date
2/21/2018
 
Point of Contact
Elizabeth Pangrac 757-443-1964
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, using Simplified Acquisition Procedures under FAR 13 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The internal RFQ number is N0018918Q0090. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-96 (effective 6 November 2017) and DFARS Publication Notice 20161228 (effective 28 December 2017). 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: https://www.acquisition.gov/far/ http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 332322 and the Small Business Standard is 500 employees. The proposed contract is 100% Set Aside for Small Businesses. The Small Business Office concurs with the set-aside determination. The Government intends to award a Firm Fixed Price (FFP) contract action from this solicitation. The Fleet Logistics Center Norfolk requests responses from qualified sources capable of providing all materials and labor for installation of furniture, fixtures, equipment, wall coverings, and flooring on the USS WHIDBEY ISLAND. For complete details of work requested and materials required, please refer to attached Statement of Work (SOW). If SOW will not download, contact Elizabeth Pangrac at email elizabeth.pangrac@navy.mil. A MANDATORY site visit is scheduled for 30 January 2018 at 10:00 AM (EST). Interested Vendors will meet with ship ™s representative and the contract specialist at the MHI Shipyard Pass and ID office. Vendors not present for the site visit will not be considered. Vendors must provide their own personal protective equipment (PPE), including hard hat, safety goggles, and hard-toed shoes for the site visit. PPE is mandatory wear during the duration of the site visit. The USS WHIDBEY ISLAND will be located in the MHI Shipyard, 501 Claremont Ave, Norfolk, VA 23507. All vendors interested in attending the site visit must contact Contract Specialist Elizabeth Pangrac by email at elizabeth.pangrac@navy.mil NO LATER THAN 9 AM (EST) 25 January 2018 and provide the following information: 1.Name 2.Company Name Period of Performance: 15 February 2018 to 30 June 2018. Please review the following applicable attachments: I: SOLICITATION N0018918Q0090 II: STATEMENT OF WORK III: PRICING SPREADSHEET This announcement will close at 9:00 AM (EST) on 6 February 2018. All responsible sources may submit a quote to Elizabeth Pangrac via email at elizabeth.pangrac@navy.mil. The quote must include the attached Pricing Spreadsheet. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. The basis for award will be determined by price and determination of responsibility. The award will be made to the quote that meets the requirements identified in the Statement of Work. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s) showing materials and labor, FOB destination, a point of contact, name and phone number, business size, and payment terms. The quote shall explicitly confirm that the quoter can meet all of the Technical Requirements and provide all of the Deliverables within the Period of Performance, as specified in the attachment, Statement Of Work (SOW). Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018918Q0090/listing.html)
 
Record
SN04792925-W 20180120/180118231114-ca65dfb54e5f5c78145b2c28fdb0b82a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.