Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 27, 2021 SAM #7209
SOLICITATION NOTICE

P -- Fiberglass Submarine Dome Dismantling & Disposal for PHNSY & IMF

Notice Date
8/25/2021 11:05:53 AM
 
Notice Type
Solicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
PEARL HARBOR NAVAL SHIPYARD IMF PEARL HARBOR HI 96860-5033 USA
 
ZIP Code
96860-5033
 
Solicitation Number
N32253-21-Q-0075
 
Response Due
8/27/2021 11:00:00 AM
 
Archive Date
09/11/2021
 
Point of Contact
Jennifer Lau, Phone: (808) 473-8000 x3444, Megan Ho, Phone: (808) 473-8000 x5293
 
E-Mail Address
jennifer.lau@navy.mil, megan.ho@navy.mil
(jennifer.lau@navy.mil, megan.ho@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
08/25/2021 - RFQ deadline has been extended to Friday, August 27, 2021 at 0800 HST.� Please ensure your submission includes a price quote with a breakdown and a statement regarding technical approach (see page 16-17 of the RFQ). See RFQ attachment below for change in RFQ deadline - N32253-21-Q-0075 RFQ (REV 2). 08/20/2021-Posted updated questions and answers regarding submarine bow dome dimensions and no site check will be held (see attachment � N32253-21-Q-0075 - QUESTIONS AND ANSWERS 08.20.2021). Corrected delivery information with POP dates of 13 Sept 2021 to 19 Feb 2022 on page 3 of RFQ (see attachment - N32253-21-Q-0075 REV 1).� 08/19/2021- Posted questions and answers (see attachment � N32253-21-Q-0075 - QUESTIONS AND ANSWERS 08.19.2021) Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY) requests for quote (RFQ N32253-21-Q-0075) with the intent to award a Firm Fixed Price contract to cut, move, and place fiberglass into designated bins for one 19,000 pound fiberglass Virgina class submarine dome in accordance with the Performance Work Statement (PWS). �The Contractor shall provide and is responsible for all labor, project management, supervision, coordination, quality control, quality assurance, quality management, safety management, material, equipment, and transportation. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 238910 for Site Preparation Contractors. The small business size standard for this NAICS code is $16.5 million. The Product Service Code is P500, Salvage � Demolition of Structures/Facilities (Other Than Buildings). The period of performance is 13 September 2021 to 19 February 2022. � All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov) by the award date. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-06, DFARS DPN 20210709, and NMCARS 18-18. �This is a total small business set aside. � Written offers shall be submitted in accordance with the CLIN structure and in accordance with FAR 52.212-1 and its addendum. Offerors are to complete and submit FAR 52.204-24, 52.204-26, and 52.212-3. Quotation submissions should include a breakdown of quotation. Oral offers will not be accepted. To evaluate technically acceptability, all offerors are required to submit a statement regarding their technical approach on completing the work in accordance with the Performance Work Statement. All submittals should be provided as an attachment to the quotation in a separate word document, size 12 font, no more than 8 pages.� Additionally, contractors are required to fill out the unit price and total amount for CLIN 0001 on the solicitation. Quotes will be evaluated in accordance with FAR 52.212-2 as listed in the attached solicitation. Quotes are due no later than Wednesday, 25 August 2021, at 8:00 a.m. HST. � Quotes must be sent via e-mail to both the primary and secondary points of contacts. Questions in regards to the solicitation must be submitted via e-mail only to both the primary and secondary points of contacts. �No telephonic requests.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/63348bd51be141ebbcf1d34665c2a00f/view)
 
Place of Performance
Address: JBPHH, HI 96860-5033, USA
Zip Code: 96860-5033
Country: USA
 
Record
SN06110491-F 20210827/210825230128 (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.