Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 20, 2024 SAM #8149
SOLICITATION NOTICE

20 -- Update of Various Spaces USS Arlington

Notice Date
3/18/2024 11:15:08 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
N0018924Q0167
 
Response Due
3/26/2024 8:00:00 AM
 
Archive Date
04/10/2024
 
Point of Contact
Elysia Allen
 
E-Mail Address
elysia.m.allen2.civ@us.navy.mil
(elysia.m.allen2.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): (i) 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. (ii) The solicitation number for this is N0018924Q0167 and will be issued as a request for quotation (RFQ). � (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03. � (iv) The Government intends to negotiate a firm-fixed-price (FFP) purchase order for supplies with installation services. The associated NAICS code is 336611 with a small business size standard of 1,300 employees. � (v) Line items are detailed as follows: LINE ITEM:� 0001 DESCRIPTION:� CO Inport Cabin (03-48-3-L) EXTENDED DESCRIPTION:� supplies and work to be done IAW the PWS QTY:� 1 UNIT OF ISSUE: lot � LINE ITEM:� 0002 DESCRIPTION:� Executive Officer Cabin (03-42-2-L) EXTENDED DESCRIPTION:� supplies and work to be done IAW the PWS QTY:� 1 UNIT OF ISSUE: lot LINE ITEM:� 0003 DESCRIPTION:� Wardroom (01-68-01-L) EXTENDED DESCRIPTION:� supplies and work to be done IAW the PWS QTY:� 1 UNIT OF ISSUE: lot LINE ITEM:� 0004 DESCRIPTION:� CPO Mess (01-33-2-L) EXTENDED DESCRIPTION:� supplies and work to be done IAW the PWS QTY:� 1 UNIT OF ISSUE: lot LINE ITEM:� 0005 DESCRIPTION:� FCPO Mess (01-27-0-L) EXTENDED DESCRIPTION:� supplies and work to be done IAW the PWS QTY:� 1 UNIT OF ISSUE: lot LINE ITEM:� 0006 DESCRIPTION:� Command Master Chief Office (2-27-2-L) EXTENDED DESCRIPTION:� supplies and work to be done IAW the PWS QTY:� 1 UNIT OF ISSUE: lot LINE ITEM:� 0007 DESCRIPTION:� Mess Decks (01-27-0-L) EXTENDED DESCRIPTION:� supplies and work to be done IAW the PWS QTY:� 1 UNIT OF ISSUE: lot LINE ITEM:� 0008 DESCRIPTION:� Serving Line (01-27-0-L) EXTENDED DESCRIPTION:� supplies and work to be done IAW the PWS QTY:� 1 UNIT OF ISSUE: lot (vi) This requirement is for updating of various spaces in support of USS Arlington (LPD-24). � (vii) The required delivery date (RDD)is:� MAY 1, 2024. The PLACE OF PERFORMANCE is: LPD-24 at NASSCO General Dynamics Shipyard.� FOB Destination will be used.� A MANDATORY site visit is scheduled for 15 March 2024 from 10:00 AM to 2:00 PM(EST) . Company will need to contact NASSCO Pass and ID for site access at 757-543-6801 and ENS Brandon Grantham at Brandon.Grantham@LPD24.navy.mil at least a week prior to the site visit. Interested Vendors will meet with the government�s representative at NASSCO Pass and ID in Norfolk, Virginia. The address is 200 Ligon St, Norfolk, VA 23523. Escort will meet visitors at the Pass and ID office entrance at the scheduled start time and immediately head over to the site; late arrivals are not guaranteed access to the site visit. There is a two (2) person limit for each interested vendor. Do not proceed to the site 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 Elysia Allen by email at elysia.m.allen2.civ@us.navy.mil NO LATER THAN 3 PM (EST) on 8 March 2024: Please provide the following: 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 11:00 AM EST, 19 March 2024. All questions will be answered in writing and posted with the solicitation. � (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and is included in the attached ""Clauses and Provisions"", Attachment 1. � (ix) 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. � (x) 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. � (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and is included as Attachment 1. � (xii) 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. � (xiii) 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 unless referenced clauses and provisions are certified in SAM.� � (xiv) The Defense Priorities and Allocations System (DPAS) rating does not apply to this acquisition. (xv) 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. Quote shall provide list of parts/supplies that will be used and lead time for completion of work to determine technical acceptability. Quote pricing will include any costs needed complete the work as outlined in the PWS, a completed Bill of Materials, and inclusion any associated costs with accessing the site. (xvi) 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 R2 (updated 3.18.24) Bill of Materials R3�(updated 3.18.24)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/20931d54c1bf4839815470368f5b9b7e/view)
 
Place of Performance
Address: Norfolk, VA, USA
Country: USA
 
Record
SN07000460-F 20240320/240318230047 (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.