SOLICITATION NOTICE
J -- Utility Vehicle Service Request
- Notice Date
- 6/6/2023 1:04:21 PM
- Notice Type
- Solicitation
- NAICS
- 811111
— General Automotive Repair
- Contracting Office
- PEARL HARBOR NAVAL SHIPYARD IMF PEARL HARBOR HI 96860-5033 USA
- ZIP Code
- 96860-5033
- Solicitation Number
- N32253-23-Q-0040
- Response Due
- 6/20/2023 5:00:00 PM
- Archive Date
- 07/05/2023
- Point of Contact
- Reid Saito, Evangeline Calaustro
- E-Mail Address
-
reid.y.saito.civ@us.navy.mil, evangeline.b.calaustro.civ@us.navy.mil
(reid.y.saito.civ@us.navy.mil, evangeline.b.calaustro.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Quotation Due Date Extended to 6/20/2023 1400 HST Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) is a US Navy regional industrial center that maintains, overhauls and repairs various vessels of the US Navy. Its industrial operations provide the US naval forces with a wide range of services and resources located on the island of Oahu, Hawaii, with direct and indirect support to submarines, surface vessels and shore based activities in the Pacific. Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF) is seeking sources that are capable of providing service maintenance on twelve (12) utility vehicles. �Service includes inspection, Preventive Maintenance (PM), diagnosis/repair of equipment for utility vehicles and a written service report what was accomplished or any recommendations..� Additional details and specifications can be found in the attached Performance Work Statement (PWS). The tentative period of performance for this service is 9-June-2023 to 8-June-2024. Period of Performance tentatively changed to 30-June-2023 to 29-June-2024. *(Performance period may be updated to begin at the date of award.) If you are unable to meet the Period of Performance date, please submit soonest availability with submission of quotation. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 811111 General Automotive Repair and the small business size standard is $9 million. The Product Service Code is J023 � Maint/Repair/Rebuild Of Equipment- Ground Effect Vehicles, Motor Vehicles, Trailers, And Cycles. Please note the following: The solicitation number for this requirement is N32253-23-Q-0040. Quotes are due no later than Friday, 6/02/2023 at 7:00 a.m. HST.�Quotation Due Date Extended to 6/20/2023 2:00 p.m. HST Quotes must be sent via email to both the primary and secondary points of contact. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov) by the award date. The solicitation document and incorporated provisions and clauses will be those in effect through Federal Acquisition Circular (FAC) 2023-02, DFARS 04/27/2023, and NMCARS 18-22. In order to evaluate Technical Capability, the Offeror is required to submit a detailed written technical proposal (not to exceed 3 pages) that clearly demonstrate thorough knowledge and understanding of, and approach to, accomplishing each paragraph listed in the PWS and solicitation requirements. Non-conformance will deem an Offeror ineligible. All quotation submissions need to include completion of FAR 52.204-24, 52.204-26, and 52.212-3. As part of the price quote package, the Offeror shall submit the completed SF 1449 with blocks 17a.and 30a.-30c. (SF 1449 page 1) and CLIN information (0001, 0002, 1001, 1002, 2001, 2002, 3001, 3002, 4001, 4002 SF 1449 pages 3-7) completed�submission of a signed offer to the Government constitutes agreement and acceptance of the solicited terms and conditions. The Government may revise the solicitation at any time by means of an Amendment. It is an offeror�s responsibility to ensure it is accessing the Government Point of Entry (GPE) website,� https://sam.gov/, to view potential amendments and procurement notifications for this solicitation. Labor, material, travel and other direct costs shall be included. Travel, airfare, lodging, rental car, and per diem shall be in accordance with current Department of Defense Joint Travel Regulations (JTR) and Federal Acquisition Regulations (FAR) 31.205-46. Travel receipts shall be, provided upon request. Contract award will be in accordance to 52.212-2 as stated in the solicitation. All questions regarding solicitation N32253-23-Q-0040 shall be submitted in writing via email to the listed POCs.� Questions are due 05/24/2023 15:00 HST.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/db0863a69d82456cb94df29df42fcd15/view)
- Place of Performance
- Address: JBPHH, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Zip Code: 96860
- Record
- SN06705308-F 20230608/230606230114 (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 |