Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 09, 2023 SAM #8047
SOLICITATION NOTICE

71 -- Miscellaneous Furniture And Fixtures

Notice Date
12/7/2023 10:27:37 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N0060424Q4004
 
Response Due
12/8/2023 1:00:00 PM
 
Archive Date
12/31/2023
 
Point of Contact
Carter Garrison 5029054838
 
E-Mail Address
richard.c.garrison.civ@us.navy.mil
(richard.c.garrison.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, as supplemented with the additional information included in this notice. 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 N0060424Q4004. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-01 and DFARS Publication Notice 20231117. 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 337127 and the Small Business Standard is 500 employees. The proposed contract is 100 percent set aside for small business concerns. The Small Business Office concurs with the set-aside decision. The NAVSUP Fleet Logistics Center, Pearl Harbor, Regional Contracting Office, requests responses from qualified sources capable of providing a Habitability Project requirement in support of the USS Frank E. Perterson DDG 121 located at Joint Base Pearl Harbor Hickam, Hawaii, 96860. Upgrades to be to be in accordance with the Statement of Work (SOW) included herein: CLIN DESCRIPTION QTY U/I TOTAL PRICE 01 HABITABILITY UPGRADE 1 Group $ Period of performance: Start date shall be coordinated with the Technical Point of Contact and shall be completed NLT 29 FEB--2024. Place of Performance: USS FRANK E. PETERSON (DDG 121), Joint Base Pearl Harbor Hickam, HI There will be no site visit to the USS Frank E. Peterson DDG 121 Quote Submission shall include detailed price breakdown of each element of the total quoted price. Additionally, quoters shall include a completed copy of 52.212-3 and its ALT I and 4.02 FAR 52.204-24 - Reps Regarding Certain Telecommunications. FAR 52.212-3 ALT I instructions: * This form contains the information that is in your SAM registration, please scroll to page 4 section (2). - If no update to your company�s information is needed, please type in NA Quote Submission must confirm that all services will be provided as requested and that the Quoter does not take any exceptions to the SOW requirements in their entirety. Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. This requirement will result in a Firm-Fixed Price (FFP) purchase order. The method of payment will be Government-wide Commercial Purchase Card (GCPC). System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. Please reference the following attachments: Attachment 01- 1.03 SOW Attachment 02- 4.02.2 FAR 52.204-24 and FAR 52.212-3 Attachment 03- 4.02.3 Clauses and Provisions Questions: Question shall be submitted electronically to richard.c.garrison.civ@us.navy.mil. Oral queries will not be accepted. Emails sent to this addresses shall clearly reference the RFQ N0060424Q4004 in the subject line. Other methods of submitting questions will not be acknowledged or addressed. Questions may be submitted at any day and time, but not later than 5:00 PM (Hawaii Standard Time) on 07-DEC-2023. Questions submitted after this date and time may not be accepted. Since the submittal of questions may result in amendments to the RFQ, it is imperative that questions be submitted as soon as possible. Quotes: This announcement will close at 5:00 PM (Hawaii Standard Time) on 08-DEC-2023. Contact Carter Garrison who can be reached at 502-905-4838 or email richard.c.garrison.civ@us.navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. All quotes shall include price(s), a point of contact, name and phone number, business size, and CAGE code. Quoters are advised that delays can be experienced with the Government�s email system. Additionally, the email system capacity for each email is 10 MB. Emails greater than 10 MB will not be delivered and, consequently, will not be considered. Therefore, quotations exceeding the size limit must be sent via multiple emails. Zip Files are not accepted. Quotes will not be accepted by facsimile. Oral quotes will not be accepted. Each response must clearly indicate the capability of the Quoter to meet all specifications and requirements. Evaluation Criteria: Procedures in FAR 13.106 are applicable to this procurement. Award decision will be made using the Lowest Priced Technically Acceptable (LPTA) method. The final contract award will be based on a determination of responsibility and the lowest priced technically acceptable offer. Price: Quoters shall submit a price for each CLIN and include a breakdown of their quote showing the price per supply, labor, and shipping. In determining whether a price is fair and reasonable, the government may use historical data, independent Government estimates in its price analysis, or any other technique permissible by FAR 13.106-3 and FAR 15.404-1(b). Technical: The Quoter�s technical acceptability will be evaluated against the requirements in the SOW. The Quoter�s quote must confirm that all services will be provided as requested and that the Quoter does not take any exceptions to the SOW requirements in their entirety. Technical Acceptability will be rated on an acceptable or unacceptable basis using the ratings in the table below. Technical Acceptable/Unacceptable Ratings Adjectival Rating Description Acceptable Offer clearly meets the minimum technical requirements of the solicitation Unacceptable Offer does not clearly meet the minimum technical requirements of the solicitation Responsibility Determination: To be eligible for award of a purchase order hereunder, the Quoter must be determined by the Contracting Officer to be a responsible prospective Quoter in accordance with FAR 9.1. The Government may utilize a combination of various Government database repositories used to determine that a contractor is responsible. Such sources include but are not limited to the following: System for Award Management (SAM), Past Performance Information Retrieval System (PPIRS), Contractor Performance Assessment Reporting System (CPARS) and or the Federal Awardee Performance and Integrity Information System (FAPIIS). Issuance of a purchase order. The Government intends to evaluate quotations and issue a purchase order based upon initial quotations received. Therefore, the Quoter�s initial quotation should contain the Quoter�s best terms from a price and technical standpoint. However, the Government reserves the right to request revised quotations from, or negotiate final purchase order terms with Quoters if it is later determined by the Contracting Officer to be necessary. However, the Contracting Officer will not establish a competitive range, conduct discussions, or otherwise utilize the formal source selection procedures described at FAR Part 15. The Government may reject any or all quotations if such action is in the public interest; issue a purchase order to other than the Quoter with the lowest price; and waive informalities and minor irregularities in quotations received. It is the Quoter�s responsibility to ensure that there are no discrepancies presented within the information contained in its quote. Potential quoters are hereby notified that in the event there are discrepancies within information in a quote received by the Government, or in comparison to Government information provided in the solicitation, the Government reserves the right to apply its judgment to resolve such discrepancies during the evaluation of the quotes without conducting discussions.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b5bdd09c32834e2f80661f53915fb772/view)
 
Place of Performance
Address: USS Frank E Peterson DDG 121, JBPHH, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN06906175-F 20231209/231207230050 (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.