Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 13, 2019 SAM #6588
SOLICITATION NOTICE

20 -- Standard Slewing Arm Davit Assembly

Notice Date
12/11/2019 12:01:31 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
MID ATLANTIC REG MAINT CTR NORFOLK VA 23511-2124 USA
 
ZIP Code
23511-2124
 
Solicitation Number
N5005420Q0008
 
Response Due
12/30/2019 7:00:00 AM
 
Archive Date
12/31/2019
 
Point of Contact
Morgan Alvey, Phone: 7574000330, Shannon Caldow, Phone: 7574000329
 
E-Mail Address
morgan.alvey@navy.mil, shannon.caldow@navy.mil
(morgan.alvey@navy.mil, shannon.caldow@navy.mil)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 13.5, using Simplified Procedures for Certain Commercial Items. 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 N5005420Q0008. 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 this address: https://www.acquisition.gov/far/.The NAICS code is 333923 and the Size Standard is 500 employees. The Mid-Atlantic Regional Maintenance Center (MARMC) requests responses from qualified sources capable of providing the parts that are identified in the attached Statement of Work (SOW).Required Delivery Date (RDD): 2 October 2020Delivery Location:DLA Distribution Norfolk RMC ProjBunker Hill Towaway Bldg. X136Norfolk, Virginia 23511Shipping terms shall be FOB Destination.Drawing referenced in the SOW, 583-8737455, may be accessed by contacting:Mid Atlantic Regional Maintenance Center (MARMC)Technical Library9727 Avionics Loop, Bldg. LF-18Norfolk, VA 23511Phone: 757-400-0737System 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 be submitted via Microsoft Word or Excel spreadsheet and must include price(s), FOB destination, a point of contact, name and phone number, business size, company CAGE code, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Responses to this solicitation are due by 10:00AM EST on December 30, 2019. Offers shall be emailed to morgan.alvey@navy.mil.Quotes shall be valid for sixty (60) days (at minimum).The following FAR provision and clauses are applicable to this procurement (supplementary provisions and clauses may be added prior to award):52.204-7 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 Law52.212-1 Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018)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.52.203-19, 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 Management52.222-22 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 Support252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Countrythat is a State Sponsor of Terrorism252.211-7008 Use of Government-Assigned Serial Numbers252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in PastPerformance Evaluations252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors252.223-7008 Prohibition of Hexavalent Chromium252.225-7000 Buy American--Balance of Payments Program Certificate252.225-7001 Buy American and Balance of Payments Program252.225-7002 Qualifying Country Sources as Subcontractors252.225-7048 Export-Controlled Items252.232-7003 Electronic Submission of Payment Requests and Receiving Reports252.232-7006 Wide Area WorkFlow Payment Instructions252.232-7010 Levies on Contract Payments252.244-7000 Subcontracts for Commercial Items252.246-7000 Material Inspection and Receiving Report252.247-7023 Transportation of Supplies by SeaAttachment I: Statement of Work
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3425dc9cedb849e5bc38d8dc6f92b403/view)
 
Place of Performance
Address: 57000, VA 23511, USA
Zip Code: 23511
Country: USA
 
Record
SN05514213-F 20191213/191211230306 (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.