Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2024 SAM #8212
SOLICITATION NOTICE

P -- Manual Lathes Dismantle and Removal for Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility

Notice Date
5/20/2024 1:32:39 PM
 
Notice Type
Solicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
PEARL HARBOR NAVAL SHIPYARD IMF PEARL HARBOR HI 96860-5033 USA
 
ZIP Code
96860-5033
 
Solicitation Number
N32253-24-Q-0043
 
Response Due
5/21/2024 4:00:00 PM
 
Archive Date
06/05/2024
 
Point of Contact
Aaron Miller, Evangeline Calaustro
 
E-Mail Address
aaron.k.miller22.civ@us.navy.mil, evangeline.b.calaustro.civ@us.navy.mil
(aaron.k.miller22.civ@us.navy.mil, evangeline.b.calaustro.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
05/20/2024 Amendment to Solicitation See Attachments: PHNSY & IMF seeks a contractor that is qualified to perform the dismantling and removal of the three Vertical Turret Lathes (VTL), one computed numerical control (CNC) lathe and two manual lathes. The lathes are located inside building 67. The schedule of the dismantling and removal of the lathes shall be determined by government representative and coordinated with the contractor. The desired result of these services is to clear shop spaces to allow PHNSY & IMF to install new equipment and to use these spaces more effectively. This equipment removal effort is above and beyond the current resource capacity of PHNYS & IMF�s production shops. The solicitation is intended to result in a firm-fixed price 100% small business set-aside contract. The potential award will be to the small business evaluated to be the most responsible, that can meet or exceed the technical requirements and provide the supplies to the Government at a fair andreasonable price. Detailed specifications are included in solicitation N32253-24-Q-0043 attached to this post. The tentative Period of Performance (POP) for this service is 03-Jun-2024 �13-Dec-2024. If you are unable to meet the Period of Performance date, please submit soonest availability with submission of quotation. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 238910 Site Preparation Contractors. The Product Service Code is P500 Salvage � Demolition of Structures / Facilities (other than buildings). This acquisition is a designated as a� total small business set aside. Please note the following: � Acquasition has been changed to 100% small business set aside and the offer submital period has been extended to 05/21/2024 at 1:00PM HST.� � Additional Q&A Oppotunity: Questions due by Wednesday, 05/08/2024, 8:00 am HST� �Correction to the RSVP Deadline for Site Visit is THURSDAY, 2 MAY 2024 at 08:00 AM HST and will take place�MONDAY DAY, 6 MAY 2024 at 10:00 AM HST. � The solicitation number for this requirement is N32253-24-Q-0043. � Images available upon request. � Quotes are due no later than Friday, 05/17/2024 at 9:00 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) 2024-03, DFARS 03/26/2024, and NMCARS 18-22. � Technical Approach: In order to evaluate Technical Capability, the Offeror is required to submit a detailed written technical proposal. Please submit a technical proposal (not to exceed 5 pages) that clearly demonstrates thorough knowledge and understanding of, and approach to, accomplishing each paragraph listed in the PWS and solicitation requirements. The proposal must contain sufficient details so that it may be evaluated in accordance with the PWS and comply with the period of performance set forth in the solicitation. � 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) 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 https://sam.gov/ website 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 52.212-1's stated in the solicitation. All questions regarding solicitation N32253-24-Q-0043 shall be submitted in writing via email to the listed POCs.� Questions are due by Tuesday, 04/23/2024, 8:00 am HST
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d00a320f9e9242d6b2d5c39183e143e3/view)
 
Place of Performance
Address: JBPHH, HI, USA
Country: USA
 
Record
SN07069988-F 20240522/240520230051 (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.