Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 04, 2021 SAM #7125
SOLICITATION NOTICE

54 -- 21Q0232- 20Ft Conex Box

Notice Date
6/2/2021 10:53:19 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
N3904021Q0232
 
Response Due
6/11/2021 1:00:00 PM
 
Archive Date
06/11/2022
 
Point of Contact
Gordon Roberts III, Phone: 207-451-7119
 
E-Mail Address
gordon.j.roberts1@navy.mil
(gordon.j.roberts1@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 FAR Subpart 12, using Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. 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 on BetaSAM. The Request for Quotation (RFQ) number is N3904021Q0232. This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-05 and DFARS Change Notice 2021-0520. 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/browse/index/far ���and�� http://www.acq.osd.mil/dpap/dars/change_notices.html. The NAICS code is 332311 and the Small Business Standard is 750 employees. This requirement is a Small Business Set Aside. The Portsmouth Naval Shipyard requests responses from sources capable of providing the following: 0001����� Purchase of one (1) 20FT Conex Box in accordance with the statement of work in the attached RFQ sheet below. �������������� 1 EA $_____________________ �������������� *Please provide breakdowns of the price for all parts, labor, and associated travel. See attached Request for Quotation (RFQ) sheet for details. ������������� Period of Performance: Required as Soon as Possible. ������������� Award may be made based on fastest delivery. CLAUSES: 52.204-26 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) Representations. (1) 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. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement: 52.204-6������ ������� Unique Entity Identifier 52.204-12���� ������� Unique Entity Identifier Maintenance 52.204-19 ��� ������� Incorporation by Reference of Representations and Certifications. 52.204-20 ��� ������� Predecessor of Offeror 52.204-22 ��� ������� Alternative Line Item Proposal 52.204-23 ��� ������� Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky 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 52.209-11 ��� ������� Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction 52.211-14 ��� ������� Notice Of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use 52.211-15 ��� ������� Defense Priority And Allocation Requirements 52.212-1 ����� ������� Instructions to Offerors--Commercial Items 52.212-3 Alt 1���� 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 52.219-6 ����� ������� Notice of Total Small Business Set-Aside 52.222-21 ��� ������� Prohibition Of Segregated Facilities 52.222-22����������� Previous Contracts and Compliance Reports 52.222-25����������� Affirmative Action Compliance 52.222-26 ��� ������� Equal Opportunity 52.222-50 ��� ������� Combating Trafficking in Persons 52.223-6������������� Drug-Free Workplace 52.225-25 ��� ������� Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions 52.232-33 ��� ������� Payment by Electronic Funds Transfer--System for Award Management 52.232-36 ��� ������� Payment by Third Party 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 52.252-5������������� Authorized Deviations in Provisions 52.252-6������ ������� Authorized Deviations in Clauses 252.203-7000 ��� Requirements Relating to Compensation of Former DoD Officials 252.203-7002 ��� Requirement 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 252.204-7006 ��� Billing Instructions 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 252.243-7001 ��� Pricing of Contract Modifications. 252.247-7023 ��� Transportation of Supplies by Sea C-211-H018 Approval by the Government C-223-N002 Restrictions on use of Yellow Material C-247-H001 Permits and Responsibilities D-247-H002 Packing of Supplies�Basic D-247-H004 Marking and Packing List(s) D-247-W001Prohibited Packing Materials E-246-H016 Inspection and Acceptance of F.O.B. Destination Deliveries F-211-W001 Partial Deliveries F-242-H001 Contractor Notice Regarding Late Delivery G-232-H002 Payment Instructions and Contract Type G-232-H004 Government Purchase Card Method of Payment G-232-H005 Supplemental Instructions Regarding Invoicing G-242-H001 Government Contract Administration Points-of-Contact Responsibilities G-242-H002 Hours of Operation and Holiday Schedule � 52.212-2, Evaluation - Commercial Items is applicable to this procurement. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The contract will be awarded to the vendor with the Lowest Price Technically Acceptable. Quotes will be evaluated based on the following criteria: - Technical Acceptability (Must meet specifications and document capabilities) - Adherence to Schedule (Award may be made based on delivery and ability to meet the requested schedule) - Price (Lowest Price Technically Acceptable, after adherence to other factors) Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items. This announcement will close at 04:00 PM ET local time on 11 June 2021. Contact Gordon Roberts III who can be reached by email Gordon.j.roberts1@navy.mil � METHOD OF PROPOSAL SUBMISSION:� Offers shall be emailed. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM): Vendors 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 include price(s), a point of contact, name, email address, phone/FAX number, CAGE Code, technical specifications of units offered (including brand), business size under the NAICS Code, and payment terms. At a minimum, quotes shall contain the completed RFQ form (attached). Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0b46cfa712ca4672a50234edb2b67709/view)
 
Place of Performance
Address: ME 03940, USA
Zip Code: 03940
Country: USA
 
Record
SN06019406-F 20210604/210602230120 (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.