SOLICITATION NOTICE
J -- preventive maintenance and support services to be perform on each Multi-Flex Lens Polishing Machine.
- Notice Date
- 9/6/2024 3:23:36 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333912
— Air and Gas Compressor Manufacturing
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- N0018924QZ506
- Response Due
- 9/12/2024 7:00:00 AM
- Archive Date
- 09/27/2024
- Point of Contact
- Esteffani Varela 2156979112
- E-Mail Address
-
Esteffani.varela.civ@us.navy.mil
(Esteffani.varela.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, using Simplified Acquisition Procedures found at FAR Part 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 Contract Opportunities (https://beta.sam.gov/) and NECO (http://www.neco.navy.mil/). This is a Request for Quotation (RFQ). The solicitation number is N0018924QZ506. The proposed contract action is for commercial Services. The NAICS code is 339112 Small Business Standard is 1000 employee. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-09 and DFARS Change Notice 20240905. 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 Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk Philadelphia Office intends to solicit with solicit Satisloh North America, Inc. (CAGE Code 07RZ4) of Germantown, WI on a sole source basis. The proposed acquisition is for preventive maintenance and support services to be perform on already obtain Multi-Flex Lens Polishing Machine. For the NORA. This action will result in a firm fixed price contract. The proposed contract action is for services for which the Government intends to solicit and negotiate with Satisloh North America, Inc. under the authority of FAR Part 13. The sole source nature of this requirement is based on the determination that Satisloh North America, Inc.is the only vendor providing the require maintenance. Due to proprietary/lab specific deliverables, Satisloh North America, Inc. is only vendor capable of providing requirements per the PWS. The current system has proprietary equipment and manufacturing methods that only Satisloh North America, Inc can secure. No other vendors will not meet expectations. Interested persons may submit a capability statement by the specified response date. This notice of intent is not a request for quotes from any source other than Satisloh. However, the Government will consider information received by the specified response date. Information received as a result of this notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed procurement action based upon responses received is solely within the discretion of the Government. The Government will not pay for information submitted in response to this notice. All responsible sources may submit a quotation which shall be considered by the agency; however, only products meeting the NORA requirements will be considered for award. The Government will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered; all responses from responsible sources will be fully considered. Delivery/Performance Information: The anticipated Period of performance is 12 month after time of award. FOB Destination applies. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Delivery POC: Government point of contact to be determined prior to award. Clauses and Provisions: The following provision and clauses apply to this solicitation: - 52.212-1 Instructions to Offerors - Commercial, applies to this acquisition. - 52.212-4 Contract Terms and Conditions -- Commercial Items - 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders --Commercial Items Quoters are advised to include a completed copy of the provision at 52.212-3, Offerors Representations and Certifications - Commercial Items. This procurement is for Electronic and Information Technology (EIT). Effective June 25, 2001, the Federal government implemented Section 508 of the Rehabilitation Act of 1973, Amendments of 1998 (29 U.S.C. S 794(d)). Section 508 requires that the federal government only acquire electronic and information technology goods and services that provide for access by persons with disabilities. Therefore, to the extent supplies and services are available in the commercial marketplace, the contractor is required to meet the relevant accessibility standards contained in 36 C.F.R. Part 1194 (Subpart B). For further information, see http://www.section508.gov. 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/. This solicitation will be open from 06 September 2024 to 12 September 2024 at 10 AM EST. All responses to this notice shall be submitted in writing to Esteffani varela by email at Esteffani.varela.civ@us.navy.mil. Additional contract requirements and terms and conditions determined by the contracting officer to be necessary for this acquisition are provided in the attached documentation. All clauses shall be incorporated by reference into the resultant purchase order to the maximum extent practicable.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f7224cc9c61040cab25e0a835cdfbd33/view)
- Record
- SN07201426-F 20240908/240906230114 (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 |