Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2020 SAM #6693
SOLICITATION NOTICE

20 -- Condensation Pump

Notice Date
3/25/2020 3:06:44 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
MID ATLANTIC REG MAINT CTR NORFOLK VA 23511-2124 USA
 
ZIP Code
23511-2124
 
Solicitation Number
N5005420Q0064
 
Response Due
4/2/2020 8:30:00 AM
 
Archive Date
04/17/2020
 
Point of Contact
Shelly A. Umana Martinez, Phone: 7574000318, Khosbayar Rentsendorj, Phone: 7574000182
 
E-Mail Address
shelly.umana-martine@navy.mil, khosbayar.rentsendo2@navy.mil
(shelly.umana-martine@navy.mil, khosbayar.rentsendo2@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Part 13 using Simplified Acquisition Procedures (SAP).� 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 WILL be posted to SAM BETA at https://beta.sam.gov. THE RFQ number is N5005420Q0064. This solicitation documents and incorporates provisions and clauses in effect though FAC 2020-04 and the DFARS Change notice 20200123. 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/. The NAICS CODE is 333415 and the small business standard is 1250 (# of employees). The Mid-Atlantic Regional Maintenance Center (MARMC) requests responses from qualified small business sources capable of providing the parts that are identified in the attached Statement of Work (SOW).� The Government intends set aside 100% small business. NOTE: Drawings referenced in the SOW may be accessed by contacting the following: Mid-Atlantic Regional Maintenance Center Technical Library �9727 Avionics Loop, Norfolk 23511 Email: timothy.russell1@navy.mil Phone: 757-400-0737 Please submit the statement of work, follow the instructions on Technical Library Attachment (Attachment 2) to file a DD2345 request (if one has not already been obtained) to the Technical Library at the contact information above. Required Deliver Date (RDD):� 14 Aug 2020 Shipping term shall be FOB Destination; therefore, quote SHALL include shipping cost.��System for Award Management (SAM). Quoting vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://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, 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 11:30 am EST on 2�April 2020.� Offers shall be emailed to shelly.umana-martine@navy.mil. Quotes shall be valid for sixty (60) days (at minimum). QUESTIONS:� Offerors may submit questions regarding clarification of solicitation requirements to Shelly Umana Martinez by e-mail at shelly.umana-martine@navy.mil by 30 Mar, 2020 at 11:30 a.m. EST.� Any questions received after this date may not be answered. 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 Management 52.204-13 System for Award Management Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications (Jul 2018) 52.240-22 Alternative Line Item Proposal 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) 52.212-2 Evaluation-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. 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor�Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.222-22 Previous Contracts and Compliance Reports 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Reps and Certs 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information to Litigation Support 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.211-7003 Item Unique Identification & Valuation 252.211-7008 Use of Government-Assigned Serial Numbers 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American--Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.246-7000 Material Inspection and Receiving Report 252.247-7023 Transportation of Supplies by Sea ATTACHMENT 1: Statement of Work ATTACHMENT 2: Technical Library Attachment ATTACHMENT 3: DD2345
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2edd805faf43438eb9365de277856bf3/view)
 
Record
SN05600074-F 20200327/200325230143 (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  © 1994-2020, Loren Data Corp.