Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2024 SAM #8240
SOLICITATION NOTICE

J -- No. 1 & No. 2 SSMG Overhaul for 688 Class Submarine

Notice Date
6/17/2024 7:16:53 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
NORFOLK NAVAL SHIPYARD GF PORTSMOUTH VA 23709-1001 USA
 
ZIP Code
23709-1001
 
Solicitation Number
N4215824QS032
 
Response Due
6/19/2024 7:00:00 AM
 
Archive Date
07/04/2024
 
Point of Contact
Amanda Cordell, Phone: 3016090514, Kenneth (Kenny) Dietz, Phone: 7573963044
 
E-Mail Address
amanda.j.cordell.civ@us.navy.mil, kenneth.a.dietz.civ@us.navy.mil
(amanda.j.cordell.civ@us.navy.mil, kenneth.a.dietz.civ@us.navy.mil)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, in conjunction with FAR Subpart 13.5 Simplified Procedures for Certain Commercial Products and Commercial Services, 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. The RFQ number is N4215824QS032. This solicitation documents and incorporates provisions and clauses in effect through FAC FAC 2024-04 Effective May 1, 2024, and DFARS Change Notice 20240425. 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/browse/index/far and https://www.acquisition.gov/dfars. The NAICS Code is 336611 and the Small Business Standard is 1,300 (# of employees). The Product Service Code is J019. NNSY intends to award a Sole Source contract to Amee Bay, LLC. Amee Bay, LLC. owns the proprietary equipment, proprietary drawings and are the only vendor able to provide material used to perform overhaul including rotor DC field pole replacement and AC Stator inspection/repair and cleaning on No. 1 & No. 2 SSMG onboard SSN 688 Class Submarine. The proposed contract action is for commercial services for which the Government intends to solicit as Full and Open Competition. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. This posting is a request for competitive quotes. All quotations received by the closing response date may be considered by the Government. QUESTIONS: Offerors may submit their questions regarding clarification of solicitation requirements to Amanda Cordell by email at Amanda.j.cordell.civ@us.navy.mil with a copy to Kenneth Dietz at Kenneth.a.dietz.civ@us.navy.mil no later than 10:00AM EST on 18 June 2024. Any questions received after this deadline may not be answered. Period of Performance (POP): Base Period: 8/1/2024 � 7/31/25 Option Period: 8/1/25 � 12/19/25 This announcement will close on 19 JUNE 2024 at 10:00 AM Eastern Standard Time. Shipping term shall be FOB Destination; therefore, quote SHALL include shipping cost.�� System for Award Management (SAM). Quoting vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://sam.gov/. To be considered for this opportunity, all quotes shall be submitted in either Microsoft Word, Excel spreadsheet or Adobe PDF. Quote must include price(s), FOB Destination, a point of contact, name and phone number, business size, and payment terms. An award will be made based on Lowest Price Technically Acceptable (LPTA). Each quote must clearly indicate the capability of the vendor to meet all specifications and requirements in the SOW. Responses to this solicitation are due by 10:00AM Eastern Standard Time on 19 JUNE 2024. Email quotes to Amanda Cordell by email at Amanda.j.cordell.civ@us.navy.mil with a copy to Kenneth Dietz at Kenneth.a.dietz.civ@us.navy.mil. Quotes shall be valid for sixty (60) days (at minimum). The following FAR provisions and clauses are applicable to this procurement (supplementary provisions and clauses may be added prior to award): 52.212-1 ������������� Instructions to Offerors-Commercial Products and Commercial Services������������� �������������� NOV 2021 52.212-2�������������� Evaluation � Commercial Products and Commercial Services������������������������������� �������������� NOV 2021 52.212-3 ������������� Offeror Representation and Certifications�Commercial Items (DEC 2022) ������ �������������� DEC 2022 52.212-4�������������� Contract Terms and Conditions--Commercial Products and Commercial Services�������������� NOV 2021���������� 52.212-5�������������� Contract Terms and Conditions Required to Implement Statutes or Executive Orders� ����������������������������� Commercial Products and Commercial Services����������������������������������������������������� �������������� OCT 2022 ATTACHMENTS (1) FAR 52.212-1 Addendum (2) Offerors Questions (3) NNSY OPSEC Requirements (4) OPSEC Plan for Contractors (5) Statement of Work (6) J&A_Redacted
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c0597226613c4bdb842dfa08b489c142/view)
 
Place of Performance
Address: Portsmouth, VA 23709, USA
Zip Code: 23709
Country: USA
 
Record
SN07099271-F 20240619/240617230115 (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.