Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 05, 2020 SAM #6763
SOLICITATION NOTICE

54 -- EODTEU TWO requires Two Expandable Shelter Systems

Notice Date
6/3/2020 10:06:45 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018920Q0331
 
Response Due
6/4/2020 5:00:00 AM
 
Archive Date
08/03/2020
 
Point of Contact
JILL JOSCELYN, Phone: 7574431219
 
E-Mail Address
JILL.JOSCELYN@NAVY.MIL
(JILL.JOSCELYN@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 FAR 13 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 N0018920Q0331.� This solicitation documents and incorporates provisions and clauses in effect through FAR 2020-04 (effective 15 Jan 2020) and DFARS Publication Notice 202000114 (effective 14 Jan 2020).� 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.� This solicitation is solicited on an UNRESTRICTED basis.� The NAICS code is 332311. �The proposed contract action is for supplies for which the Government intends to solicit and negotiate a Firm Fixed Price contract under the authority of FAR 13.5. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice is a request for competitive proposals.� All bids, proposals, or quotations received by the closing response date will be considered by the Government. EODTEU TWO requires two expandable shelter systems to be utilized by Explosive Ordnance Disposal (EOD) Platoons during Unit Level Training, Advanced and Sustainment Phases of training at EODTEU TWO.� This will provide EOD Platoons the required storage for their operational equipment, administrative space for mission planning, and tool preparation space to calibrate and conduct operational equipment checks prior to training missions.� The contractor/vendor will provide two expandable shelters comprised of the following: Must be approximately 8ft x 8ft x 20ft CSC certified expandable shelter system with mechanical room accessible via cargo door capable of holding up to eight individuals with full combat load. Must be able to collapse and secured due to hurricane and tropical storm warnings at training location.� Must have weather tight, lockable entry door with dead bolt and door closer.� Must include stainless steel floor D-rings for tie downs. Must be climate controlled with a single phase air conditioner unit and 3 phase electric space heater to heat and cool shelter during inclement weather conditions.� Sensitive, calibrated EOD equipment will be stored and operational checks conducted within expandable shelter. Must be capable of being on/off-loaded by a 25K forklift and transported via military FL80 stake truck with 8ft Wide x 24ft length flatbed trailer.� Expandable shelter can be transported and utilized and different training locations. Must be painted military desert tan with grey grit flooring and white interior for uniformity. Must have standard 3 phase 60A in/out electrical panel service with pin and sleeve connectors, with grounding rod and include surface mounted raceway sections with 3 duplex outlets and 1 GFCI outlet per racewaand separate wall mounted Ethernet raceway with 2 CAT6 jacks per raceway.� Platoons will utilize these for charging stations for EOD specific equipment and Ethernet for connectivity to government provided communication platforms. Must include CO/Smoke detector and emergency lighting with fire extinguisher. Delivery will be included in the price and the shelters will be delivered to EODTEU TWO, located in Virginia Beach, VA. Past Performance will be utilized to determine responsibility.� The Contracting Officer reserves the right to utilize any method available to determine Past Performance responsibility. Award will be made to the Offeror determined to be responsible and with the lowest price proposed for the Base Period and ALL Options Periods, including FAR 52-217-8. This announcement will close at 0800AM EST on THURSDAY, 04 JUNE 2020.� All responsible sources may submit a proposal to Jill Joscelyn, who can be reached via email at jill.joscelyn@navy.mil, NO LATER THAN 0800AM EST on THURSDAY 04 JUNE 2020.� THE PROPOSAL SHALL CONTAIN THE ATTACHED PRICING SHEET. 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.� SEE ATTACHED FOR CLAUSES See attached picture of type of Portable Shelter required.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cad49f869271438a97033de8020d9dae/view)
 
Place of Performance
Address: Virginia Beach, VA 23464, USA
Zip Code: 23464
Country: USA
 
Record
SN05679304-F 20200605/200603230152 (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.