Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 22, 2024 SAM #8151
SOLICITATION NOTICE

X -- Facility and Parking Rental for Apprentice Interviews

Notice Date
3/20/2024 9:23:10 AM
 
Notice Type
Solicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
PEARL HARBOR NAVAL SHIPYARD IMF PEARL HARBOR HI 96860-5033 USA
 
ZIP Code
96860-5033
 
Solicitation Number
N32253-24-Q-0029
 
Response Due
3/22/2024 11:00:00 AM
 
Archive Date
04/06/2024
 
Point of Contact
Kylie Keller, Evangeline Calaustro
 
E-Mail Address
kylie.s.keller.civ@us.navy.mil, evangeline.b.calaustro.civ@us.navy.mil
(kylie.s.keller.civ@us.navy.mil, evangeline.b.calaustro.civ@us.navy.mil)
 
Description
Update: 1. Q&A Attached.� � � � � � � � 2. Question due date revised.� 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. PHNSY & IMF seeks a contractor to provide facility and parking rental services at an off?site�location to conduct apprentice applicant interviews.� Additional details and specifications can be found in the attached draft Performance Work Statement (PWS). The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 531120 for Lessors of nonresidential buildings (except miniwarehouses). The product service code is X1AB,�Lease/Rental Of Conference Space And Facilities. The tentative period of performance for this service is from tentatively for 6 days between 1 April 2024 to 31 July 2024. Please note the following: The solicitation number for this requirement is N32253-24-Q-00029. � Quotes are due no later than Wednesday, 03/22/2024 at 8:00 a.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) 2024-02, DFARS� 12/22/2024, 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, SF 1449 pages 3) 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, travel and materials 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 N32253-24-Q-0029 shall be submitted in writing via email to the listed POCs. Questions are due 3/20/2023 13:00 HST. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7d6ac79927d442548bcdd653b9dddbc5/view)
 
Place of Performance
Address: JBPHH, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN07003193-F 20240322/240320230059 (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.