Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 27, 2022 SAM #7575
SOLICITATION NOTICE

J -- SUBMARINE GALLEY AND LAUNDRY MAINTENANCE AND REPAIR AMMENDMENT TO SOLICITATION PERIOD AND RESPONSE DATE

Notice Date
8/25/2022 1:23:08 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N0060422Q4084
 
Response Due
8/31/2022 10:00:00 PM
 
Archive Date
09/30/2022
 
Point of Contact
CARTER GARRISON 5029054838
 
E-Mail Address
richard.garrison1@navy.mil
(richard.garrison1@navy.mil)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, 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 both SAM.gov and NECO (https://www.neco.navy.mil/). The RFQ number is N0060422Q4084. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-07 and DFARS Publication Notice 20220623. 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/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 811310 and the Small Business Standard is 11M. The proposed contract is a competitive, unrestricted action. The Fleet Logistics Center Pearl Harbor (FLCPH) is looking for responsible vendors capable of providing maintenance and repair of galley and laundry equipment (groomings) on US Submarines in accordance with the attached Performance Work Statement (PWS) in the quantities and locations listed below. 18 total Submarines will be groomed, 10 in Bremerton, WA, 6 in Joint Base Pearl Harbor Hickam (JBPHH) and 2 in Point Loma, CA. CLIN QTY Location Unit Cost Total Cost CLIN 0001 10 Bremerton, WA CLIN 0002 6 JBPHH CLIN 0003 2 Point Loma, CA Period of Performance is from 15SEP2022-14SEP2023. Individual groomings to be executed as per the tentative schedule at paragraph 2.2a in the PWS. The following attachments apply: ATTACHMENT 1: Performance Work Statement (PWS) ATTACHMENT 2: FAR Provision 52.212-3 and FAR Provision 52.204-24 ATTACHMENT 3: Wage Determinations for JBPHH, Bremerton WA, and Point Loma CA ATTACHMENT 4: FAR and DFARS Clauses and Provisions Inspection: unless otherwise specified in the order, the contractor is responsible for the performance of all inspection requirements and quality control. All Quoters shall include a completed copy of Attachment 3, FAR 52.212-3 and Alt I with their quote or provide a statement. Failure to include this attachment OR provide a statement with your quote, may result in your offer being deemed unresponsive. If your annual representations and certifications are current in the System for Award Management (SAM), complete only paragraph (b) (on page 4) by filling out N/A in paragraph b OR provide a statement that your Reps and Certs in SAM are up to date. Instructions for attachment FAR 52.204-24 - Reps Regarding Certain Telecommunications, The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it 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 in paragraph (c)(1) in the provision at 52.204-26, Covered Telecommunications Equipment or Services Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services in paragraph (c)(2) of the provision at 52.204-26, or in paragraph (v)(2)(ii) of the provision at 52.212-3. 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/. Evaluation Criteria: Award decision will be made using the Lowest Priced Technically Acceptable (LPTA) method. The final contract award will be based on a determination of responsibility and the lowest priced technically acceptable offer. Method of payment will be by Wide Area Work Flow (WAWF). 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 following factors shall be used to evaluate quotes: 1) Price; and 2) Technical Acceptability To be considered technically acceptable the quoters must take no exception to the PWS and quote a unit price per grooming for each location and total price for each location. This announcement will close at 1600 Hawaii Standard Time on 01 Sep 2022. Question Submission: Interested quoters must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions shall be submitted no later than, 30 Aug 2022 at 1100 HST. Questions received after this deadline will not be considered. Please contact Carter Garrison via email at richard.c.garrison.civ@us.navy.mil 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 include price(s), a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Oral quotes will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f5b361e30af84fd9894a478d652b3ad2/view)
 
Place of Performance
Address: PER PWS JBPHH HI, BREMERTON WA, AND POINT LOMA CA, , , USA
Country: USA
 
Record
SN06440677-F 20220827/220825230124 (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.