Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 21, 2025 SAM #8487
MODIFICATION

Y -- NSWCPD - Bldg 77H Repair Pump Motor 1C

Notice Date
2/19/2025 2:24:05 PM
 
Notice Type
Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
 
ZIP Code
19112-1403
 
Solicitation Number
N64498-25-R-4010
 
Response Due
3/21/2025 1:00:00 PM
 
Archive Date
04/05/2025
 
Point of Contact
Rishi Mathur, Phone: 2156009078, David Rhoads, Phone: 2158808424
 
E-Mail Address
rishi.m.mathur.civ@us.navy.mil, david.a.rhoads8.civ@us.navy.mil
(rishi.m.mathur.civ@us.navy.mil, david.a.rhoads8.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Naval Surface Warfare Center, Philadelphia Division is initiating a request for proposals (RFP) for the for the Repair and Installation of Pump Motor lC BLDG 77H located in the Philadelphia Naval Business Center (PNBC), Philadelphia, PA 19112. This scope of work is separated into two parts. Part One is to remove the existing vertical axial pump and motor; disconnect the electrical supply and variable frequency drive (VFD) supply and install new vertical axial pump and motor; connect the new pump and motor to the existing electrical supply and VFD; and, perform required shop and field tests. Part Two is to perform a detailed inspection of the existing pump and the motor and to provide the Government with a written inspection report including any discrepancies, recommended repairs for the discrepancies, and cost for the repairs. The Government intends to retain existing Pump and Motor lC and use the report of Part Two for future repair(s), if feasible. Work shall be performed between 0700 to 1600 Monday through Friday unless otherwise specified. No work shall be performed outside of these hours or on Government holidays unless authorized by the NSWCPD TPOC and Contracting Officer in advance. Contract Completion Date (CCD) is 280 Days after Award. FAR Clause 52.228-1 Bid Guarantee will be included. Performance and Payment bonding is a requirement for this procurement and Liquidated Damages are applicable. The acquisition will be a negotiated, best-value procurement using the Contracting by Negotiation process prescribed in FAR 15.101-2. The source selection process will be based on a Lowest Price, Technically Acceptable (LPTA) evaluation. Narratives must clearly demonstrate acceptability in enough detail for the Government to understand whether the proposal meets or exceeds the minimum solicitation requirements. Detailed evaluation criteria will be included in the RFP package. Initial price proposals must be submitted along with initial technical proposal to the Contracting Officer in accordance with the requirements of the RFP. Offerers are advised that the Government intends to award a contract based on initial proposals received without discussions or any contact concerning the proposal received. Therefore, each proposal should contain the offerer's best terms. The Government reserves the right to hold discussions at its discretion. The official media of distribution for this RFP is at SAM.gov. Contractors may download the solicitation (including any attachments) and any amendments via the SAM.gov website on or after the issue date. It is the offerer's responsibility to monitor the SAM.gov website for any amendments. A site visit will be held and is strongly encouraged. Information for site visit is available in the solicitation. All contractors are required to be registered in the System for Award Management (SAM) before award as required by FAR 4.1102. Firms are required by legislation to submit an annual VETS-4212 Report on your employment of targeted veterans. Information on submitting your report may be obtained by accessing the following internet web site: https://www.dol.gov/agencies/vets/programs/vets4212#howtofile
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9d68a9b926d1438da35122d829c4549f/view)
 
Place of Performance
Address: Philadelphia, PA 19112, USA
Zip Code: 19112
Country: USA
 
Record
SN07346182-F 20250221/250219230029 (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.