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

56 -- ADA Door Renovation and Installation

Notice Date
6/3/2020 4:57:32 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332321 — Metal Window and Door Manufacturing
 
Contracting Office
MID ATLANTIC REG MAINT CTR NORFOLK VA 23511-2124 USA
 
ZIP Code
23511-2124
 
Solicitation Number
N5005420Q0112
 
Response Due
6/8/2020 9:00:00 AM
 
Archive Date
06/23/2020
 
Point of Contact
Sharon R. Edwards, Phone: 7574000254, Warren D Howell, Phone: 7574000251
 
E-Mail Address
sharon.r.edwards@navy.mil, warren.d.howell@navy.mil
(sharon.r.edwards@navy.mil, warren.d.howell@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 and services prepared in accordance with the information in Federal Acquisition Regulation (FAR) Part 13, using Simplified Acquisition Procedures. 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 Beta SAM at https://beta.sam.gov. The Request for Quote (RFQ) number is N5005420Q0112.� This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-04 and DFARS Change Notice 20191001. 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 332321 and the Small Business Standard is 750 employees. � The Mid-Atlantic Regional Maintenance Center (MARMC) requests responses from qualified sources capable of providing the services that are identified in the attached Statement of Work (SOW). Performance Location: MARMC BLDG. LF18 9727 Avionics Loop Norfolk Va. 23511 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://www.sam.gov/. All quotes shall be submitted via Microsoft Word or Excel spreadsheet and must include price(s). Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. �Responses to this solicitation are due by 12:00 PM EST on�8 June 2020. Quotes shall be emailed to shannon.r.edwards@navy.mil. Award will be made using Lowest Price Technically Acceptable (LPTA). Technical acceptability will be determined through an evaluation of the vendor�s technical approach to providing the services and supplies for this requirement. Vendors must provide all of the below to be considered a responsive vendor: Quote packages shall include the following documents: An electronic copy of the attached Excel spreadsheet entitled Price Breakdown. Technical Capability Statement including a point of contact, address, business size, and CAGE Code. Technical approach for performing and providing the services in accordance with the SOW. This document shall not include any cost or price data. Specify terms and conditions, shipping, and payment terms. Quotes shall be valid for a minimum of sixty (60) days. Evaluation Factors: The following factors will be evaluated: ������� Factor 1.� Technical Approach.� Technical capability ratings reflect the Government�s confidence in each vendor�s ability, as demonstrated in its quote, to perform the requirements stated in the solicitation. In evaluating the technical risk, the Government will make an independent judgment of the probability of success, the impact of failure and the alternatives available to meet the requirements. Technical capability shall be based on: The vendor�s approach to meet the requirements of the SOW. The following adjectival ratings will be used in evaluating each vendor�s technical capability.� Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Quote clearly meets the minimum requirements of the SOW. Unacceptable Quote does not clearly meet the minimum requirements of the SOW. Note:� To receive consideration for award, a rating of acceptable must be achieved in all technical factors. Factor 2.� Price. The purpose of the price factor is to determine if the quoted price is fair and reasonable. In no event will the Government make an award against an offer that the Government does not find to be fair and reasonably priced.� The pricing criteria used for evaluation are completeness and price reasonableness. Completeness - The Government will review the pricing submissions for completeness and compliance. Incomplete price submissions may not be evaluated and the quotation may be eliminated from the competition. Price Reasonableness - The vendor�s price proposal will be evaluated using one or more of the techniques defined in FAR 13.106-3(a). Generally, adequate price competition will satisfy the criteria of price reasonableness. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate quotes and award a contract without discussions. Therefore, each initial quote shall contain the vendor's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the Contracting Officer to be necessary.� 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) 52.212-4 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 52.222-36 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 52.237-1 Site Visit 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 252.211-7008 Use of Government-Assigned Serial Numbers 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in PastPerformance 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 Attachments Attachment 1: Statement of Work
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3478f9623417463a9ca16aac6982070b/view)
 
Place of Performance
Address: Norfolk, VA 23511, USA
Zip Code: 23511
Country: USA
 
Record
SN05679308-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.