Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SOLICITATION NOTICE

J -- Vertical Lift Module (VLM) and Carousel Assembly

Notice Date
4/7/2021 8:18:08 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NORFOLK NAVAL SHIPYARD GF PORTSMOUTH VA 23709-5000 USA
 
ZIP Code
23709-5000
 
Solicitation Number
N4215821QS033
 
Response Due
4/13/2021 2:00:00 PM
 
Archive Date
04/28/2021
 
Point of Contact
Heidi Miller, Phone: 7573960447
 
E-Mail Address
heidi.r.miller@navy.mil
(heidi.r.miller@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The purpose of this amendment is to: 1.� Answer the questions generated by interested parties (see attached � N4215821QS033 Questions and Answers). 2.� Extend the closing date and time to 13 April 2021 at 5pm EST. 3.� All other terms and conditions remain unchanged. 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 BetaSAM at https://beta.sam.gov/. The RFQ number is N4215821QS033. This solicitation documents and incorporates provisions and clauses in effect though FAC 2021-05�Effective March�10, 2021 and the DFARS Change notice 20210224. 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 811310 and the small business standard is $8M. Interested parties may identify their interest and capability to respond to the requirement and submit 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. QUESTIONS:�Offerors may submit their questions regarding clarification of solicitation requirements to Heidi Miller�by e-mail at heidi.r.miller@navy.mil no later than 2:30pm EST on April 2, 2021.� Any questions received after this deadline may not be answered.� Period of Performance (POP):� July 1, 2021 � July 30, 2021 Shipping term shall be FOB Destination; therefore, quote SHALL include shipping cost.�� 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). Each quote must clearly indicate the capability of the vendor to meet all specifications and requirements in the SOW. Vendors shall provide a detailed (unpriced) capabilities statement for review and acceptance by the Technical POC. Responses to this solicitation are due by 5:00pm EST on April 13, 2021. Email quotes to heidi.r.miller@navy.mil. Quotes shall be valid for sixty (60) days (at minimum). The following FAR provision and clauses are applicable to this procurement (supplementary provisions and clauses may be added prior to award): 52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation JAN 2017 52.204-2 Security Requirements AUG 1996 52.204-7 System for Award Management OCT 2018 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020 52.204-13 System for Award Management Maintenance OCT 2018 52.204-16 Commercial and Government Entity Code Reporting AUG 2020 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020 52.204-22 Alternative Line Item Proposal JAN 2017 52.204-26 Covered Telecommunications Equipment or Services--Representation. OCT 2020 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment JUN 2020 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015 52.212-1 Instructions to Offerors--Commercial Items JUN 2020 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018 52.219-28 Post-Award Small Business Program Rerepresentation NOV 2020 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition Of Segregated Facilities APR 2015 52.222-26 Equal Opportunity SEP 2016 52.222-36 Equal Opportunity for Workers with Disabilities JUN 2020 52.222-41 Service Contract Labor Standards AUG 2018 52.222-50 Combating Trafficking in Persons OCT 2020 52.222-55 Minimum Wages Under Executive Order 13658 NOV 2020 52.222-62 Paid Sick Leave Under Executive Order 13706 JAN 2017 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--System for Award Management OCT 2018 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.237-1 Site Visit APR 1984 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.245-1 Government Property JAN 2017 52.245-9 Use And Charges APR 2012 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Antiterrorism Awareness Training for Contractors. FEB 2019 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2019 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2021 252.211-7007 Reporting of Government-Furnished Property AUG 2012 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.237-7024 Notice of Continuation of Essential Contractor Services. OCT 2010 252.244-7000 Subcontracts for Commercial Items JAN 2021 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property APR 2012 252.245-7002 Reporting Loss of Government Property JAN 2021 252.245-7003 Contractor Property Management System Administration APR 2012 252.245-7004 Reporting, Reutilization, and Disposal DEC 2017 252.246-7003 Notification of Potential Safety Issues JUN 2013 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations OCT 2010
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/49a358a6cc1a45ebaab2b8570ba4788c/view)
 
Place of Performance
Address: Portsmouth, VA 23709, USA
Zip Code: 23709
Country: USA
 
Record
SN05964759-F 20210409/210407230112 (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  © 1994-2020, Loren Data Corp.