SOLICITATION NOTICE
D -- Knowledge Wall Maintenance and Repair Support
- Notice Date
- 1/27/2023 10:56:36 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
- ZIP Code
- 96860-4549
- Solicitation Number
- N0060423Q4013
- Response Due
- 2/1/2023 5:00:00 PM
- Archive Date
- 02/16/2023
- Point of Contact
- Kyle Quintal 808-473-7625
- E-Mail Address
-
kyle.p.quintal.civ@us.navy.mil
(kyle.p.quintal.civ@us.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 12.6, using Simplified Acquisition Procedures found at FAR 13, 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 N0060423Q4013. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-01and DFARS Publication Change 12/30/2022. 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 541512 and the Small Business Standard is $30 millions of dollars. The proposed contract action is for a brand name only 100 percent set aside for small business concerns. The brand name: Authorized partner of Leyard and Planar that have technicians that have completed the Leyard and Planar product certification training. In accordance with FAR 5.102(a)(6), the required justification or documentation is attached. The Small Business Office concurs with the set-aside decision. The Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified Leyard and Planar authorized service providers capable of providing: CLIN 0001 and CLIN 1001 Regular maintenance and repair coverage, as well as emergency repair services for COMPACFLTs video wall components. Refer to Attachment 1 which contains the PWS. Item No Supplies/Services Quantity Unit Monthly Price Amount 0001 Hardware Maintenance Support 12 Months Item No Supplies/Services Quantity Unit Monthly Price Amount 1001 Hardware Maintenance Support 12 Months Clause 52.217-8 Option to Extend Services will be calculated as 1/2 of the last option year (CLIN 1001) price. This requirement will result in a Firm-Fixed Price (FFP) purchase order and payment will be electronic through the wide area workflow (WAWF). Period of Performance: Base Year: 12 Months from Date of Award Option Year 1: 12 Month Period FAR 52.217-8 Option to Extend Services possible six month period. Performance Location is Pearl Harbor Hawaii. Attachment List 1. Combined Synopsis Solicitation and PWS which includes GFP Cable Block Diagrams Floor Plan 2. FAR 52.212-3 Alt I and FAR 52.204-24 - Reps Regarding Certain Telecom 3. Redacted J and A Other than Full and Open and WD 2015- 5689 Rev19 Please refer to attachment Combined Synopsis Solicitation and PWS for details.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/97ec398a21ac4ec191b2c74936f39679/view)
- Record
- SN06575428-F 20230129/230127230101 (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 |