Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2019 SAM #6582
SOLICITATION NOTICE

20 -- Boat Handling & Stowage System Overhaul

Notice Date
12/5/2019 8:09:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
MID ATLANTIC REG MAINT CTR NORFOLK VA 23511-2124 USA
 
ZIP Code
23511-2124
 
Solicitation Number
N5005420Q0005
 
Response Due
12/10/2019 9:00:00 AM
 
Archive Date
12/25/2019
 
Point of Contact
Shannon Caldow, Phone: 7574000329, Morgan Alvey, Phone: 7574000330
 
E-Mail Address
shannon.caldow@navy.mil, morgan.alvey@navy.mil
(shannon.caldow@navy.mil, morgan.alvey@navy.mil)
 
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 betaSAM at https://beta.sam.gov. The RFQ number is N5005420Q0005. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-01 and DFARS Publication Notice 20191031. 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 336611.The Government intends to solicit and contract with only one source, Lake Shore Systems, Inc., for the Boat Handling and Stowage System for Arleigh Burke class (Flight I) ship under the authority of FAR 13.106-1(b)(1)(i) on a sole source basis. Interested parties may identify their interest and capability to respond to the requirement and submit quotes. This notice of intent is not a request for competitive quotes. Determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government.The Mid-Atlantic Regional Maintenance Center (MARMC) requests responses from qualified sources capable of providing: Required Delivery Date is 18 April 2020; FOB Destination appliesDelivery Information:DLA Distribution Norfolk RMC PROJBunker Hill Towaway Bldg. X136Norfolk, VA 2351152.204-7 System for Award Management52.204-13 System for Award Management Maintenance52.204-19 Incorporation by Reference of Representations and Certifications(Jul 2018)52.240-22 Alternative Line Item Proposal52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Representation52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Convictionunder any Federal Law52.212-3 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.52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed orProvided by Kaspersky Lab and Other Covered Entities52.209-10 Prohibition on Contracting with Inverted Domestic Corporations52.233-3 Protest After Award52.233-4 Applicable Law for Breach of Contract Claim52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred,Suspended, or Proposed for Debarment52.219-28 Post Award Small Business Program Representation52.222-3 Convict Labor52.222-19 Child Labor—Cooperation with Authorities and Remedies52.222-21 Prohibition of Segregated Facilities52.222-26 Equal Opportunity52.222-35 Equal Opportunity for Veterans52.222-36 Equal Opportunity for Workers with Disabilities52.222-37 Employment Reports on Veterans52.222-50 Combating Trafficking in Persons52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving52.225-13 Restriction on Certain Foreign Purchases52.232-33 Payment by Electronic Funds Transfer--System for Award Management52.243-1 Changes Fixed Price52.222-22 Previous Contracts and Compliance Reports52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or TransactionsRelating to Iran—Reps and Certs52.232-39 Unenforceability of Unauthorized Obligations52.232-40 Providing Accelerated Payments to Small Business Subcontractors52.247-34 FOB Destination52.252-1 Solicitation Provisions Incorporated by Reference52.252-2 Clauses Incorporated by Reference252.203-7000 Requirements Relating to Compensation of Former DOD Officials252.203-7002 Requirements to Inform Employees of Whistleblower Rights252.203-7005 Representation Relating to Compensation of Former DoD Officials252.204-7003 Control of Government Personnel Work Product252.204-7008 Compliance with Safeguarding Covered Defense Information Controls252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting252.204-7015 Notice of Authorized Disclosure of Information to Litigation SupportThe proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.******* End of Combined Synopsis/Solicitation ********
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ef4817a62d6840c393a316c73a717f63/view)
 
Place of Performance
Address: VA 23511, USA
Zip Code: 23511
Country: USA
 
Record
SN05510167-F 20191207/191205230247 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.