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

19 -- USS Whidbey Island Landing Craft Air Cushion Repair

Notice Date
6/25/2020 11:06:02 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
MID ATLANTIC REG MAINT CTR NORFOLK VA 23511-2124 USA
 
ZIP Code
23511-2124
 
Solicitation Number
N5005420Q0146
 
Response Due
6/30/2020 7:00:00 AM
 
Archive Date
07/15/2020
 
Point of Contact
Corey L. Powell, Phone: 7574000566
 
E-Mail Address
corey.l.powell@navy.mil
(corey.l.powell@navy.mil)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 13.5, using Simplified Procedures for Certain Commercial Items.� 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 to BetaSAM (https://www.beta.sam.gov/). The RFQ number is N5005420Q0146. �This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-06 and DFARS Change Notice 20200605.� 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: http://farsite.hill.af.mil/. The NAICS code is 336611 and the Small Business Standard is 1250 employees.� The Government intends to solicit and contract with only one source, Lake Shore Systems, Inc., for Landing Craft Air Cushion Repair Parts under the authority of FAR 13.106-1(b)(1)(i) on a sole source basis.� Interested parties may identify their interest and capability to respond to the requirement and submit quotes. �This notice of intent is not a request for competitive quotes. �Determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. The Mid-Atlantic Regional Maintenance Center (MARMC) requests responses from qualified sources capable of providing the parts that are identified in the attached Statement of Work (SOW). Required Delivery Date (RDD): 24 August �2020 Delivery Location: DLA Distribution Norfolk RMC Proj Bunker Hill Towaway Bldg. X136 Norfolk, Virginia 23511 Shipping terms shall be FOB Destination. System for Award Management (SAM).� Quoters 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), 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 10:00AM EST on June 30, 2020.� Offers shall be emailed to corey.l.powell@navy.mil. Quotes shall be valid for sixty (90) days (at minimum). 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 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 CAGE Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.240-22 Alternative Line Item Proposal 52.212-1 Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) 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 52.233-3 Protest After Award 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 52.222-50 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 52.232-39 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 252.204-7012 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 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 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 I:� Statement of Work
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1e053ac8770c49f1995f90face235d4d/view)
 
Place of Performance
Address: Norfolk, VA 23511, USA
Zip Code: 23511
Country: USA
 
Record
SN05702992-F 20200627/200625230150 (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.