Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 21, 2020 SAM #6779
SOLICITATION NOTICE

20 -- USS WASP (LHD-1) LOCKERS

Notice Date
6/19/2020 11:48:57 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
MID ATLANTIC REG MAINT CTR NORFOLK VA 23511-2124 USA
 
ZIP Code
23511-2124
 
Solicitation Number
N5005420Q0119
 
Response Due
7/7/2020 7:00:00 AM
 
Archive Date
07/22/2020
 
Point of Contact
Chase W. Brasher, Phone: 7578378585, Monica E. Hill-Turner, Phone: 7574000747
 
E-Mail Address
chase.w.brasher@navy.mil, monica.hill-turner@navy.mil
(chase.w.brasher@navy.mil, monica.hill-turner@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 BETA SAM at https://beta.sam.gov. THE RFQ number is N5005420Q0119. This solicitation documents and incorporates provisions and clauses in effect though FAC 2020-04 and the DFARS Change notice 20200408. 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 the is address: https://www.acquisition.gov/. The NAICS CODE is 337215 and the small business standard is 500 (# of employees). The Mid-Atlantic Regional Maintenance Center (MARMC) requests responses from qualified small business sources capable of providing the supplies that are identified in the attached Statement of Work (SOW). The Government intends to solicit and award on a Small Business Set-Aside in accordance with FAR part 19.� NOTE: Drawings referenced in the SOW may be accessed on the following link:� https://www.mscorphab.com/ Required Deliver Date (RDD): �09/01/2020 Delivery:�� �DLA DISTRIBUTION NORFOLK, VA� ATTN: CODE N, HMSC HAB Program 1968 GILBERT STREET� BLDG. W148, DWY 12 PH: (757) 278-8385 or (757) 278-8324 NORFOLK, VA. 23511 Responsibility and Inspection: �unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Shipping terms shall be FOB ORIGIN (Shipping Point). 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/. To be considered for this opportunity, all quotes shall be submitted in either Microsoft Word, Excel spreadsheet or Adobe PDF. Quote must include price(s), FOB Destination, a point of contact, name and phone number, business size, and payment terms. An award will be made based on Lowest Price Technically Acceptable (LPTA). All quotes will be evaluated for both technical acceptability and price reasonableness. Each quote must clearly indicate the capability of the vender to meet all specifications and requirements in the SOW. Vendors must provide a detailed (unpriced) capabilities statement for review and acceptance by the Technical POC. Responses to this solicitation are due by 10:00 am EST on 07 July 2020. Email quotes to chase.w.brasher@navy.mil and monica.hill-turner@navy.mil. Quotes shall be valid for a minimum of sixty (60) calendar days. QUESTIONS: �Vendors may submit questions regarding clarification of solicitation requirements to Chase Brasher and Monica Hill-Turner by e-mail at chase.w.brasher@navy.mil and Monica Hill-Turner at monica.hill-turner@navy.mil by 30 June 2020 at 10:00 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): 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-22 Alternative Line Item Proposal 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. 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. 52.219-28 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. 52.222-22 Previous Contracts and Compliance Reports. 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. 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Reps and Certs. 52.232-33 Payment by Electronic Funds Transfer--System for Award Management. 52.232-39 Unenforceability of Unauthorized Obligations. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 52.233-3 Protest After Award. 52.233-4 Applicable Law for Breach of Contract Claim. 52.247-34 F.O.B. 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. 252.204-7004 Antiterrorism Awareness Training for Contractors. 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 (Nov 2014). 252.225-7001 Buy American and Balance of Payments Program � Basic. 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. 252.247-7023 Transportation of Supplies by Sea. Attached Documents: 1. STATEMENT OF WORK 2. (ATTACHMENT A) RFQ PRICING 3. (ATTACHMENT B) LI NOTES
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/736753b1c6e4459888bcc8484c2c4f68/view)
 
Place of Performance
Address: Norfolk, VA 23511, USA
Zip Code: 23511
Country: USA
 
Record
SN05697128-F 20200621/200622142805 (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.