Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2023 SAM #7970
SOLICITATION NOTICE

J -- Flight Line Extinguisher Maintenance

Notice Date
9/21/2023 7:47:02 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
 
ZIP Code
92136
 
Solicitation Number
N0024423Q0335
 
Response Due
9/26/2023 12:00:00 PM
 
Archive Date
10/11/2023
 
Point of Contact
Jheanna Poblete, Phone: 6195565361
 
E-Mail Address
jheanna.u.poblete@navy.mil
(jheanna.u.poblete@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 FAR Part 13 Simplified Acquisition Procedures and 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N0024423Q0335. The solicitation document and incorporated provisions and clauses are those in effect through latest Federal Acquisition Circular and DFARS change notices. This solicitation is issued as full and open competition. NAICS Code 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance is applicable and business size is $12.5 Million Dollars. The solicitation will start on the date this solicitation is posted and will end on 26 September 2023 12:00 PM Pacific Standard Time. This requirement is a [Small Business] set-aside and only qualified offerors may submit quotes. FOB Destination shall be in the Statement of Work. NAVSUP FLC - San Diego requires the following items, Meet or Exceed, to the following: ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest possible to enable the Buyer to respond. Questions must be submitted via email to Jheanna.u.poblete.civ@us.navy.mil. Questions not received within a reasonable time prior to close of the solicitation may not be considered. *** For this solicitation, NAVSUP FLC - San Diego intends to solicit via SAM.gov for a 100% small business set-aside. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - San Diego is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the excel spreadsheet provide as an attachment. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov to be considered for this solicitation. Requirements ************************************************************************** The purpose of this effort is to provide yearly preventive maintenance to Flight line Extinguishers as required by Navy Region Southwest. In addition, to a base year, there will be three options years for above services. Refer to statement of work for full detail. Period of Performance: The period of performance shall be for one (1) Base Year of 12 months and three (3) 12-month option years. Delivery: FOB Destination. Inspection and acceptance: At Destination by the Government. Contract Type: Contract resulting from this solicitation will be combined Firm Fixed Price (FFP). PLEASE SEE ATTACHED PERFORMANCE WORK STATEMENT FOR ADDITIONAL INFORMATION AND ENSURE THAT EXCEL SPREADSHEET ATTACHMENT IS FILL OUT IN ITS ENTIRETY FOR SUBMISSION.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ddb3284cd1bb450a8329b19a6643c8ad/view)
 
Place of Performance
Address: CA, USA
Country: USA
 
Record
SN06840476-F 20230923/230921230529 (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.