SOLICITATION NOTICE
93 -- Modular Vault and Installation Labor
- Notice Date
- 11/23/2022 7:09:28 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N66604-23-R-0025
- Response Due
- 11/23/2022 11:00:00 AM
- Archive Date
- 12/08/2022
- Point of Contact
- Kevin E. Silva, Phone: 4018323558
- E-Mail Address
-
kevin.e.silva2.civ@us.navy.mil
(kevin.e.silva2.civ@us.navy.mil)
- Description
- AMENDMENT 0001: This amendment is issued to address the following question from industry:� QUESTION:�Will all of these walls be up for the installation, or will we be able to use a forklift? RESPONSE:� The walls are part of the installation requirement, and, therefore, will be tasked to the Vendor to put up during installation. No forklift will be provided by the Gov. to the Vendor.� All other terms of the solcitation remain unchanged by this Amendment.� This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Part 12.6 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.� This solicitation will be open for less than 30 days, in accordance with FAR 5.203(b).� This solicitation is a Request for Quotations (RFQ); RFQ number is N6660423Q0025. The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to award a Firm-Fixed-Price (FFP), purchase order for the following: Procurement of a Modular Vault and installation labor. GSA class 1, modular, 5 -side, vault with dimensions of 13' (inside width), 17' (inside depth), and 10' (inside height). The vault should also include (1) one GSA Certified, class 5, 72"" x 96"" double-leaf door. Note: MUST BE 5-sided. Attached, drawing of install area (Note: The blue box is not to scale but represents the general location of the future vault. That area has a large overhead bay door so the ceiling height of that room is >15ft. Of note, this vault needs to be assembled on site, will be assembled on existing concrete slab flooring, and must have to ability to run electric utility into the vault.) After award, all delivery terms will be determined and agreed upon between vendor and government, based on lead-times and requirement need-by dates. Therefore, when proposing, the vendor shall include projected delivery dates and lead-times Delivery is F.O.B. Destination to Newport, RI 02841 This procurement is being solicited on a 100% total small business set-aside, under NAICS Code �332999 with a size standard of 750 employees, as concurred with by NUWCDIVNPT Director, Office of Small Business Programs. The Government intends to award a single FFP purchase order to the eligible, responsible offeror whose offer represents the lowest price technically acceptable quote. The Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. The below provisions and clauses apply to this solicitation: FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services FAR 52.212-2 Evaluation�Commercial Products and Commercial Services FAR 52.212-3 (ALT 1) Offeror Representations and Certifications�Commercial Products and Commercial Services FAR 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The full text of provisions and clauses may be accessed electronically at https://acquisition.gov Payment will be made via Wide Area Workflow (WAWF). In accordance with DFARS clause 252.211-7003, the offeror shall provide a unique item identifier (UID) for all delivered items for which the Government�s unit acquisition cost is $5,000.00 or more. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) Rating DO-C9 Offerors must be actively registered in the System for Award Management (SAM) to be eligible for award.� Instructions for registration are available at the following website: https://www.sam.gov/ � OFFERORS SHALL INCLUDE THE FOLLOWING INFORMATION WITH SUBMISSIONS: (1) Firm Fixed Pricing for CLIN (2) Estimated Delivery (3) Point of Contact (including name, phone number and email address) (4) Contractor CAGE Code Quotations shall be e-mailed to the Primary Point of Contact, on or before the response date and time as listed on this combined synopsis/solicitation.� Late submissions will be treated in accordance with the solicitation provision at FAR 52.212-1(f). Quotations shall be valid for no less than 30 days. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Primary Point of Contact.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/62082f920a594c38b3766f76819011a0/view)
- Place of Performance
- Address: Newport, RI 02840, USA
- Zip Code: 02840
- Country: USA
- Zip Code: 02840
- Record
- SN06527412-F 20221125/221125074513 (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 |