Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 27, 2023 SAM #7943
SOLICITATION NOTICE

20 -- 20 ft X 32 inch ALUMIRAMP

Notice Date
8/25/2023 5:12:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
DLA MARITIME - NORFOLK PORTSMOUTH VA 23709-5000 USA
 
ZIP Code
23709-5000
 
Solicitation Number
SPMYM123Q0087
 
Response Due
8/31/2023 9:00:00 PM
 
Archive Date
09/16/2023
 
Point of Contact
Ginger Beasley, Phone: 7573968109
 
E-Mail Address
ginger.beasley@dla.mil
(ginger.beasley@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Defense Logistics Agency (DLA) Maritime Norfolk at Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract for the items listed below. The required items are for commercial items prepared in accordance with the information in FAR Part 13 and FAR Subpart 12.6, as supplemented with the additional information included in this notice. The Contract Line Items (CLINs) are as follows Manufacturer: METALLIC LADDER MANUFACTURING CORP 0001: 312475161 20' X 32IN ALUMIRAMP, W/2 INCH LIP ANGLE AND STANDARD WHEELS SERIAL# NN01 ITEM# ARMP-20-32-W 0002: 31245162 20' X 32IN ALUMIRAMP, W/2 INCH LIP ANGLE AND STANDARD WHEELS SERIAL# NN02 ITEM# ARMP-20-32-W 0003: 31245163 20' X 321N ALUMIRAMP, W/2 INCH LIP ANGLE AND STANDARD WHEEL SERIAL# NN03 ITEM# ARMP-20-32-W 0004: 31245164 20' X 32IN ALUMIRAMP, W/2 INCH LIP ANGLE AND STANDARD WHEELS SERIAL# NN04 ITEM# ARMP-20-32-W 0005: 31245165 20' X 32IN ALUMIRAMP, W/2 INCH LIP ANGLE AND STANDARD WHEELS SERIAL# NN05 ITEM# ARMP-20-32-W 0006: 31245166 20' X 32IN ALUMIRAMP, W/2 INCH LIP ANGLE AND STANDARD WHEELS SERIAL# NN06 ITEM# ARMP-20-32-W The requirement will be solicited as a total small business set aside. The NAICS code applicable to this procurement is NAICS 336611 Ship Building and Repairing. The Product Service Code is 2090. The anticipated delivery date for this acquisition is SEPTEMBER 2023. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form only. Quotes will be due by 12:00 AM EST on 1 SEPTEMBER 2023. Responses to the solicitation notice shall be emailed to the attention of Ginger Beasley; ginger.beasely@dla.mil. Please make sure that the solicitation number (SPMYM123Q0087) is included in the subject line of any email correspondence. Emails without subject lines will not be read because of security issues. All responsible sources may submit a quote which may be considered by the Government. By submitting a quote, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. All questions shall be submitted in accordance with the solicitation, dates and procedures. Please direct all questions regarding this requirement to Ginger Beasley at ginger.beasely@dla.mil. 52.212-2���� EVALUATION--COMMERCIAL ITEMS (OCT 2014) �(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical capability of the item offered meet the Government requirement Delivery Price Supplier Performance risk System (SPRS) and Federal Awardee Performance and Integrity Information System (FAPPIS) will be reviewed to determine vendor responsibility The relative order of importance of the evaluation factors are in descending order of importance. Technical and Delivery when combined are evaluated as being substantially more significant than all other factors combined. Pallet Requirement NOTE: Contractors (drivers) delivering material to the Norfolk Naval Shipyard must come with two forms of Identification, one being a driver license or picture ID card issued by a State. The other form required is an SSN card, birth certificate issued by a state, Native American document or US citizen card. Driver(s) will not be escorted unless they have to go into the CIA. All items/boxes over 40 lbs under this solicitation and/or contract is required to be palletized. Delivery will not be accepted to any material that IS NOT palletized. The shipment will not be offloaded and will be returned. Material sourced or otherwise procured from NUFLO, Inc. (Cage Code: 3BZG7) and/or Synergy Flow Systems (Cage Code: 4GP29) are prohibited to be offered, sold, exchanged, or delivered to Norfolk Naval Shipyard. Contract Number MUST be noticeable on the outside of the package and on the packing documents. All shipments must have either the Contact Number or the Lead JML number labeled on the outside of all boxes. If not labeled the Warehouse may at the time of delivery turn the material away at the company's cost for not being able to identify the material. All shipments must have a label on the outside of each box, clearly providing the following information, in addition to packing slips inside the box: Lead Document Number: N42158-XXXX-XXXX Contract or Purchasing Number: SPMYM123PXXXX Government Purchasing Agent�s Name and Phone Number (if known): Date of Award: DD/MM/YYYY
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/699e8ec172dc4ffdbadd91435db58e9c/view)
 
Place of Performance
Address: Portsmouth, VA 23709, USA
Zip Code: 23709
Country: USA
 
Record
SN06807789-F 20230827/230825230103 (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.