SOLICITATION NOTICE
71 -- Hazmat Office and Paint Locker Renovations
- Notice Date
- 2/10/2023 6:40:58 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- N0018923QRENO
- Response Due
- 2/17/2023 7:00:00 AM
- Archive Date
- 03/04/2023
- Point of Contact
- Tito Getalla, Phone: 7574431944
- E-Mail Address
-
titogerardo.m.getalla.civ@us.navy.mil
(titogerardo.m.getalla.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Pursuant to the authority at FAR 12.603(c)(2): This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this is N0018923QRENOV and will be issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01. The Government intends to negotiate a 100% small business set-aside, as a firm-fixed-price (FFP) purchase order for supplies. The associated NAICS code is 336611 with a small business size standard of 1,250 employees. Line items are detailed as follows: LINE ITEM: 0001 DESCRIPTION: Hazmat Office and Paint Locker Renovations � EXTENDED DESCRIPTION: Hazmat Office and Paint Locker Renovations IAW enclosed Performance Work Statement (PWS).�Pricing includes all materials, hardware, labor and miscellaneous fees to include insurance, training and certifications required to complete work outlined in the PWS and requirements to access the ship at the shipyard. QUANTITY: 1 UNIT OF ISSUE: GP � � � 6.� This requirement is for Hazmat Office and Paint Locker Renovations� in support of USS Iwo Jima�(LHD 7). � � � 7. The required delivery date (RDD) is: Complete on or prior to 30Apr2023. The Place of Performance is: USS Iwo Jima (LHD 7), General Dynamics NASSCO 200 Ligon St, Norfolk, VA 23523. FOB Destination will be used. �� A MANDATORY site visit is scheduled for 15 February 2023 at 10:00 AM (EST). Interested Vendors will meet�with ship�s representative at the gate to General Dynamics NASSCO 200 Ligon St, Norfolk, VA 23523. Interested�vendors are required� to arrive at 10:00 AM (EST). Two forms of ID is required to access the site visit. There is a��three (3) person limit �for each interested vendor. Do not proceed onto ship without escort. Vendors not present for��the site visit will not be considered. Vendors must provide their own personal protective equipment (PPE), including�hard hat, safety goggles, and hard-toed shoes for the site visit. Provide yourself adequate time to arrive to the site��visit location on time. � � �All vendors interested in attending the site visit must contact Contract Specialist Tito Getalla by email at��titogerardo.m.getalla.civ@us.navy.mil NO LATER THAN 1PM (EST), 14 February 2023: �� Please provide the following for each individual attending: 1.�� Name 2.�� Company Name 3.�� CAGE Code �� Clarifications of the Performance of Work Statement may be asked at the site visit. All questions must be�submitted in writing by email NO LATER THAN 10:00 AM EST, 16 JANUARY 2021. All questions will be��answered in writing and posted with the solicitation. � � �8. The provision at FAR 52.212-1, Instructions to Offerors, applies to this acquisition and is included in the attached ""Clauses and Provisions"", Attachment 1. � � �9. The provision at FAR 52.212-2, Evaluation - Commercial Items will be used and is included as Attachment 1. The vendor�s proposed price will be evaluated on the basis of price reasonableness in accordance with FAR 13.106. � � �10. The provision at FAR 52.212-3 � ALT I, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and must be completed with any quote. It is included as Attachment 1. � � � 11.� The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and is included as Attachment 1. � � 12. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items, applies to this acquisition and all the applicable FAR clauses cited with this requirement are included as Attachment 1. � � � 13.� All clauses and provisions applicable to this requirement are included in the attached ""Clauses and Provisions"", Attachment 1. �Clauses and Provisions to be signed�, Attachment 2, shall be signed and returned with the vendor�s quote. � � � �14. The Defense Priorities and Allocations System (DPAS) rating does not apply to this acquisition. � � � � 15. All quotes are due by the date and time specified in this posting and shall be submitted via email to the POC email address stated in this posting. � � � � 16. The individual to contact for information regarding this solicitation is stated in the posting. ATTACHMENTS: Clauses and Provisions Clauses and Provisions to be signed Performance Work Statement (PWS) Hazmat Office & Paint Locker Reno
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bbab6b689e3c434f902649f78f3c6e44/view)
- Place of Performance
- Address: 23523, USA
- Zip Code: 23523
- Country: USA
- Zip Code: 23523
- Record
- SN06588872-F 20230212/230210230111 (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 |