Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 11, 2022 SAM #7651
MODIFICATION

J -- Travel motor overhaul IDIQ

Notice Date
11/9/2022 11:37:09 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
 
ZIP Code
98314-5001
 
Solicitation Number
N4523A23Q5700
 
Response Due
12/9/2022 2:00:00 PM
 
Archive Date
12/24/2022
 
Point of Contact
Mike Myers, Chris Davidson
 
E-Mail Address
michael.d.myers38.civ@us.navy.mil, christopher.t.davidson7.civ@us.navy.mil
(michael.d.myers38.civ@us.navy.mil, christopher.t.davidson7.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
REQUEST FOR QUOTE (RFQ): Firm Fixed Price Purchase Order N4523A23Q5700 Inspect/Repair/Overhaul Travel Motors IDIQ DEADLINE FOR QUOTE SUBMISSION IS: 2:00PM Pacific Time (PT) Monday, 9 December 2022 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 and Federal Acquisitions Regulation (FAR) part 12 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The North American Industry Classification System (NAICS) code for this work is 811310, with a Business Size Standard of $11,000,000.00. This NAICS is for Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The Product Service Code Class is J028. Any purchase order resulting from this RFQ will be made based on the evaluation criteria outlined below in FAR Provision 52.212-2 (Evaluation--Commercial Items (NOV 2021)). Ordering Period: Date of Award Plus 4 Years. Place of Performance: Vendors place of performance. Please submit quote to: Mike Myers, Code 433 contracting office, Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) via email at michael.d.myers38.civ@us.navy.mil and Chris Davidson at christopher.t.davidson7.civ@us.navy.mil All questions can be sent to the above emails. Offerors shall complete the line item pricing structure below in addition to any provided quote material in company format. Contractor shall provide unit cost for each CLIN based upon quantity. For quoting the costs of CLINS 0002, 0004, 0006, and 0008, the contractor shall provide the unit rebuild cost IAW PWS Section 5.2.2 and 5.2.3. The contract price includes all applicable Federal, state, and local taxes and duties. Special attention shall be paid to Provision FAR 52.212-2 by the Contractor; In order to be Considered Technically Acceptable for award the offeror must meet all criteria submittals. Government Property Management Plan: IAW FAR subparts 45.201 and 45,202, the Offeror shall submit their plan to manage Government property in their possession that complies with FAR clause 52,245-1. The Contracting Officer may determine Offeror is ineligible for award if the Offeror fails to provide its plan to Manage Government property. The Offeror�s submittal should demonstrate their internal controls (control, use, preserve, protect, repair, and maintain) to protect Government property in its possession. The submittal should be adequate to satisfy the requirements of FAR 52.245-1(f). The Offeror should submit its Property Management System in place for the Government�s review to ensure it complies with FAR clause 52.245-1(f). Alternatively, the Offeror may provide a confirmation letter, received within three years of this solicitation, for an approved Property Management System from Defense Contract Management Agency and/or any other federal Government agency. If the Offeror does not have a Property Management System in place, Government will accept an Offeror�s plan that shows intent to comply with FAR clause 52.245-1(f). The plan should include a timeline for implementing a formal Property Management System that will be used to manage Government Property in its possession. The Government reserves the right to award to the Offeror who meets the criteria of Provision 52.212-2 Evaluation. Failure to provide a Property Management Plan may result in disqualifying the Offeror from further consideration. If the Government determines there are inadequate property management controls in place that do not meet the mandatory ten (10) elements of FAR clause 52.245-1(f), the awardee of the contract will be notified by the Contracting Officer that they will have 45 days to submit a corrective action plan. The corrective action plan must include a timeline for implementation This solicitation document and incorporated provisions and clauses are those in effect through federal acquisition circular (FAC) 2022-08. Permits and Licenses: Unless otherwise specified in this contract, the contractor shall obtain any necessary licenses and permits, give all notices, and comply with any applicable Federal, State, County, and municipal laws, codes, and regulations in connection with this requirement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/53a37e26bd484e9e97b6a00ff3dfba4f/view)
 
Record
SN06513389-F 20221111/221109230108 (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.