Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
SOLICITATION NOTICE

P -- Pick-up and Disposal of One Thermal Energy Storage Device - Contract Data Requirements List - Drawing/Specifications - Statement of Work

Notice Date
7/18/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-18-Q-1564
 
Archive Date
8/23/2018
 
Point of Contact
Nicholas Salzano, Phone: 4018323484, Leslie Brazil,
 
E-Mail Address
nicholas.salzano@navy.mil, leslie.brazil@navy.mil
(nicholas.salzano@navy.mil, leslie.brazil@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work (SOW) for N66604-18-Q-1564 Contract Data Requirements List (CDRL) for N66604-18-Q-1564 PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request For Quotation (RFQ) number is N66604-18-Q-1564. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order for the removal, transportation, and disposal or recycling of one Thermal Energy Storage (TES) device. CLIN Description Qty 0001 Removal, transportation, and disposal or recycling of one Thermal Energy Storage (TES) device 1 Job This procurement is solicited on an unrestricted basis. The North American Industry Classification System (NAICS) Code for this acquisition is 562998. The Small Business Size Standard is $7,500,000. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. The provision at FAR 52.212-1 Instructions to Offerors--Commercial Items applies to this solicitation. The provision at FAR 52.212-3 (ALT 1), Offeror Representations and Certifications--Commercial Items applies to this solicitation. 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 apply to this solicitation. The provision at DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls applies to this solicitation. Clause 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support, and Clause 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information apply to this solicitation. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. This requirement involves access to NUWCDIVNPT. Refer to Clause UW-H-2-0004 (attached) for information related to access to NUWCDIVNPT. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisiition.gov/far/. Payment method will be via Wide Area Workflow (WAWF). This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. This requirement will be awarded to the responsible offeror with the lowest price technically acceptable (LPTA) quote. The Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within SPRS may render a quote being deemed technically unacceptable. The required completion date is four (4) weeks after receipt of order (ARO). Offers should include price and delivery confirmation and the following additional information: point of contact information (including phone number and email address) and contractor cage code. Offers shall be submitted via electronic submission to Nicholas Salzano at nicholas.salzano@navy.mil and Leslie Brazil at leslie.brazil@navy.mil. Offers must be received on or before 8 August 2018 at 1400 Eastern Standard Time (EST). Offers received after this date are late and will not be considered for award. For questions on this acquisition, contact Nicholas Salzano at nicholas.salzano@navy.mil and Leslie Brazil at leslie.brazil@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-1564/listing.html)
 
Place of Performance
Address: 1176 Howell Street, Newport, Rhode Island, 02841, United States
Zip Code: 02841
 
Record
SN04997743-W 20180720/180718231324-5319b9197ad458f6af331fc655beee84 (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.