Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 19, 2021 SAM #7109
SOLICITATION NOTICE

20 -- USS Nitze False Deck Panels

Notice Date
5/17/2021 10:04:39 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
MID ATLANTIC REG MAINT CTR NORFOLK VA 23511-2124 USA
 
ZIP Code
23511-2124
 
Solicitation Number
N5005421Q0059
 
Response Due
5/20/2021 7:00:00 AM
 
Archive Date
06/04/2021
 
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) 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 N5005421Q0059. This solicitation documents and incorporates provisions and clauses in effect though FAC 2021-05 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 website: https://www.acquisition.gov/. The Mid-Atlantic Regional Maintenance Center (MARMC) requests responses from qualified sources capable of providing false deck panels that are identified in the attached Statement of Work (SOW).�All parts shall be new. No refurbished or used parts will be accepted. Requesting Technical Drawings: � Technical Drawings referenced in the SOW may be accessed by contacting the following: Mid-Atlantic Regional Maintenance Center Technical Library �9727 Avionics Loop, Norfolk 23511 Phone: 757-400-0737 Email: timothy.russell1@navy.mil Please submit both the Statement of Work (Attachment I) and an approved DD2345 to the above email address to request the technical drawings. If you do not have an approved DD2345, then follow the instructions on completion and submission of the required DD2345 (Attachment 2). A completed and approved DD2345 must be on file with JCP prior to receiving drawings. Once the DD2345 is approved, contractor must send a copy to MARMC�s Technical Library to receive copies of the drawings from the Technical Library Important Information: Required Deliver Date (RDD):� 15 July 2021 The NAICS CODE is 332999. 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/. Evaluation Factors and Required Documents: An award will be made based on Lowest Price Technically Acceptable. All quotes will be evaluated for both technical acceptability and price reasonableness. Technical Acceptability: 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. The technical capability portion of the quote should include (if applicable): Lead time for each part Drawings or specifications if quoting a �like item� Complete list of supplies per the SOW Price Reasonableness: Each quote must breakdown pricing. This shall be a separate document form the technical capability.� Vendors shall provide one of the following upon request from the Government to determine price fair and reasonableness. Two (2) invoices for the same or similar parts sold to customers within the last five years Published price list or catalog Contract numbers for the same or similar items sold to Government agencies Quote Format: 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), point of contact (name and phone number), business size, CAGE Code, and payment terms Shipping Terms: FOB Destination Quotes shall be valid for a minimum of sixty (60) calendar days Quote Submission and Questions: Submission: Responses to this solicitation are due by 10:00 am EST on 20 May 2021. Email quotes to corey.l.powell@navy.mil. Questions:� Vendors may submit questions regarding clarification of solicitation requirements to Corey L. Powell by e-mail at corey.l.powell@navy.mil by 19 May 2021 at 10:00 am EST.�Any questions received after this date may not be answered. Provisions and Clauses: The following FAR and DFARS provision and clauses are applicable to this procurement (supplementary provisions and clauses may be added/removed 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 (Jul 2018) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 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 52.212-4 Contract Terms and Conditions -- Commercial Items. 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (Jan 2021) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 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 52.222-50 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 52.240-22 Alternative Line Item Proposal 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�������� 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements 252.204-7020 NIST SP 800-171 DoD Assessment Requirements 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 and 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 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 Provisions in full text: 52.204-26�Covered Telecommunications Equipment or Services-Representation. As prescribed in�4.2105(c), insert the following provision: Covered Telecommunications Equipment or Services-Representation (Oct�2020) ������(a)�Definitions.�As used in this provision, ""covered telecommunications equipment or services"" and ""reasonable inquiry"" have the meaning provided in the clause�52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. ������(b)�Procedures.�The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for ""covered telecommunications equipment or services"". ������(c)� (1)�Representation.�The Offeror represents that it�?�does,�?�does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument. �����������(2)�After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it�?�does,�?�does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services. (End of provision) Attachments: ATTACHMENT 1: Statement of Work ATTACHMENT 2: DD2345 Presentation ATTACHMENT 3: DD2345 Form ATTACHMENT 4: FAR 52.204-26 FORM
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7ea03aabe296465a9e4d29ac95755f7a/view)
 
Place of Performance
Address: Norfolk, VA 23511, USA
Zip Code: 23511
Country: USA
 
Record
SN06004249-F 20210519/210517230112 (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.