Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2020 SAM #6785
SOLICITATION NOTICE

J -- ForkLift Maintenance

Notice Date
6/25/2020 2:36:36 PM
 
Notice Type
Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NAVAL OCEANOGRAPHIC OFFICE STENNIS SPACE CENTER MS 39522-5001 USA
 
ZIP Code
39522-5001
 
Solicitation Number
N6230620Q0007
 
Response Due
6/26/2020 3:00:00 PM
 
Archive Date
07/11/2020
 
Point of Contact
Parren Tatum, Phone: 2286884362, Lisa K. Brown, Phone: 2286885773, Fax: 2286884121
 
E-Mail Address
parren.tatum@navy.mil, lisa.k.brown1@navy.mil
(parren.tatum@navy.mil, lisa.k.brown1@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This Combined Synopsis/Solicitation was orginally posted 18 May 2020 under the same solicitation number, N6230620Q0007. To clarify minor descrepencies, a revised Performance Work Statement and Solicitation are being re-published.� COMBINED SYNOPSIS/SOLICITATION Solicitation Number: N6230620Q0007 Forklift Maintenance Revised 24 June 2020 This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. FAR Part 13, Simplified Acquisition Procedures, is applicable to this procurement. Solicitation number, as referenced above, is issued as a Request for Quotation (RFQ). This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-06 effective date 06/05/2020 and DFARS Publication Notice 20200324. Solicitation is 100% Small Business Set-Aside. The North American Industry Classification Standard (NAICS) code is 811310 and the small business size Standard is $8.0 Million. NOTE: All due date/times are Central Time. 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. The Naval Oceanographic Office (NAVOCEANO) intends to issue a single BPA with a firm fixed price ELIN schedule. Please see Attachment D � ELIN Schedule. Please indicate above referenced solicitation number in the subject line of emails and all correspondence. COMBINED SYNOPSIS/SOLICITATION SUPPLEMENTAL INFORMATION: 1. SOLICITATION QUESTIONS: 1.1 Questions must be submitted in writing. Questions shall be submitted via electronic mail (e-mail) to: parren.tatum@navy.mil AND lisa.k.brown1@navy.mil. Questions will be accepted up to 1300 on June 25, 2020. All questions and answers will be published via amendment to the solicitation. 2. AMENDMENTS TO SOLICITATION: 2.1 Acknowledged receipt of ALL amendments to this solicitation on the quoter transmittal letter. If any of the amendments to this solicitation furnish amended sections, the amended sections must be used in submitting your quote. 3. VALID QUOTE PERIOD: 3.1 All quotes shall be valid for a minimum of 60 days and shall include a statement confirming the number of days the quote is valid. 4. SUBMITTING QUOTES: 4.1 Quotes must arrive at the designated location by the exact time and date as specified in this solicitation. Any submissions after the closing date and time will not be considered. 4.2 Quotes will only be received by this office via email to NAVO_STNS_CONTRACTS@nmci-isf.com AND parren.tatum@navy.mil. Transmission of offers by fax to this office is NOT ACCEPTABLE and will result in quotes being rejected. 4.3 Please carefully review the entire RFQ package including the Performance Work Statement (PWS), all other solicitation attachments, and the instructions included herein and respond with a written quote. Quoter must demonstrate their capability to satisfy the technical evaluation criteria and the PWS requirements. 4.4 Quote due date and time is June 25 2020 17:00 PM Central Time. 5. WRITTEN CONTENTS 5.1 Quote Cover Letter shall include: A statement specifying agreement with all terms, conditions, and provisions included in the solicitation and agreement to furnish any and all items upon which prices are quoted at the quoted item prices. DUNS #. Each quoter shall include the contractual organizational DUNS # on documentation Acknowledgements of all amendments Name, title, and signature of the person authorized to sign the Quote Names, titles, email addresses and telephone numbers of persons authorized to negotiate on the firm's behalf with the Government in connection with this solicitation. 5.2 Quotes shall include Firm Fixed Unit Pricing for CLIN 0001 and all option years. Contractor must complete the attached excel spreadsheet for proposed pricing. See Attachment A, Price Schedule. 5.3 Provide a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. A copy of completed certifications via thd to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures."" ""52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report"" Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law. Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E. This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Technical capability of the item offered to meet the Government requirement and price. Technical capability is more important than price. No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an ?all-or-nothing? basis. Wide Area WorkFlow Payment Instructions Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@mail.mil or call 315-772-5582. In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product. ****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bdc766c5463a4a7fb39858f36915b38d/view)
 
Place of Performance
Address: Stennis Space Center, MS 39522, USA
Zip Code: 39522
Country: USA
 
Record
SN05702634-F 20200627/200625230147 (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.