Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
SOLICITATION NOTICE

W -- Rental of one Distribution Derrick Digger

Notice Date
7/11/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008518T9785
 
Response Due
7/20/2018
 
Archive Date
8/4/2018
 
Point of Contact
Megan Norton 757-341-0090
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, 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. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N40085-18-T-9785. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-84 and DFARS Publication Notice 20151001. 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/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 532490 and the Small Business Standard is $32.5 million in average annual revenues. The proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside decision. The Naval Facilities Engineering Command, Mid-Atlantic requests responses from qualified sources capable of providing the required training as specified in the statement of work: Period of performance will be 30 August 2018 to 30 November 2018. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.209-7 Information Regarding Responsibility Matters 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items 52.213-3 Alt I - Offeror Representations and Certifications “ Commercial Items 52.225-25 Prohibition or Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran “Representation and Certifications. Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7011 Alternative Line Item Structure 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.215-7008 Only One Offer 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract payments This announcement will close at 12:00 PM Eastern Standard Time on Friday, July 20, 2018. Contact Megan Norton, who can be reached at 757-341-0090 or via email at megan.norton@navy.mil. Proposals may be received via email to megan.norton@navy.mil. 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. Procedures in FAR 13.106 are applicable to this procurement. This is Low price Technically Acceptable (LPTA) System for Award Management (SAM). Offerors 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), a point of contact, name and phone number and business size. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008518T9785/listing.html)
 
Record
SN04988118-W 20180713/180711231456-7cc0f37925c0e662522d0cb4ed3b13a1 (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.