Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 06, 2025 SAM #8654
SOLICITATION NOTICE

47 -- Hose Assembly, Steam, 2� in

Notice Date
8/4/2025 10:37:54 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326220 — Rubber and Plastics Hoses and Belting Manufacturing
 
Contracting Office
DLA MARITIME - NORFOLK PORTSMOUTH VA 23709-5000 USA
 
ZIP Code
23709-5000
 
Solicitation Number
N4215851636004
 
Response Due
8/7/2025 10:00:00 AM
 
Archive Date
08/22/2025
 
Point of Contact
Kimberly Vietti
 
E-Mail Address
kimberly.vietti@dla.mil
(kimberly.vietti@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Part 13 using Simplified Acquisition Procedures (SAP). 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 WILL be posted to SAM at https://sam.gov. THE RFQ number is N4215851636004. This solicitation documents and incorporates provisions and clauses in effect though FAC 2025-04 and the DFARS Change notice 01/17/2025. 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 this website: https://www.acquisition.gov/. The Defense Logistics Agency (DLA) Land & Maritime, Norfolk Naval Shipyard (NNSY), Portsmouth, VA requests responses from qualified sources capable of providing Hose Assembly, Steam, 2� in accordance with the specifications as outlined in the attached Ordering Data. This solicitation is set-aside for a small business. Important Information: Required Deliver Date (RDD): 15 days ARO NAICS 326220. PSC 4720 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/. Evaluation Factors and Required Documents: An award will be determined based on Best Value Tradeoff Process. For quotes determined, best value selection will be based on, but not limited to, the following factors: technical capability, delivery, price and Past Performance terms. The relative order of importance of the evaluation factors are in descending order of importance. Technical capability and delivery when combined are evaluated as being substantially more significant than Price and Past Performance. Price and Past Performance will be equally evaluated when combined. Technical Capability: Each quote must clearly indicate the capability of the vender to meet all specifications and requirements in the Ordering DATA Vendors must provide a detailed (unpriced) capabilities statement for review and acceptance by the Technical POC. The technical capability portion of the quote should include (if applicable): Lead time for each item Specifications if quoting a �like item� Complete list of supplies per Ordering Data Delivery: Each quote must include a minimum delivery of 1 week to 4 weeks ARO Price Reasonableness: Each quote must break down pricing. This shall be a separate document from technical capability. Vendors shall provide one of the following upon request from the Government to determine price fair and reasonableness. Two (2) invoices for the same or similar parts sold to customers within the last five years Published price list or catalog Contract numbers for the same or similar items sold to Government agencies Past Performance: Each quote will be evaluated on past performance via Supplier Performance Risk System (SPRS) rating. Quote Format: 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), point of contact (name and phone number), business size, CAGE Code, and payment terms Shipping Terms: FOB Destination Quotes shall be valid for a minimum of sixty (60) calendar days Quote Submission and Questions: Submission: Responses to this solicitation are due by 1:00 pm EST on 7 August 2025. Email quotes to kimberly.vietti@dla.mil Questions: Vendors may submit questions regarding clarification of solicitation requirements to Kimberly Vietti by e-mail at kimberly.vietti@dla.mil by 4 August 2025 at 10:00am EST. Any questions received after this date may not be answered. CONTACT INFORMATION, PALLETIZATION AND SHIPPING INSTRUCTIONS CONTACT INFORMATION If your company encounters any problems with this purchase order/contract, please contact KIMBERLY VIETTI by email at KIMBERLY.VIETTI@dla.mil or by telephone at (757) 278-5038. PALLET REQUIREMENT Contractors (drivers) delivering material to the Norfolk Naval Shipyard must come with two forms of Identification, one being a driver license or picture ID card issued by a State. The other form required is a SSN card, birth certificate issued by a state, Native American document or US citizen card. Driver(s) will not be escorted unless they have to go into the CIA. All items/boxes over 40 lbs under this solicitation and/or contract is required to be palletized. Delivery will not be accepted to any material that IS NOT palletized. The shipment will not be offloaded and will be returned. Material sourced or otherwise procured from NUFLO, Inc. (Cage Code: 3BZG7) and/or Synergy Flow Systems (Cage Code: 4GP29) are prohibited to be offered, sold, exchanged, or delivered to Norfolk Naval Shipyard. Contract Number MUST be noticeable on the outside of the package and on the packing documents. All shipments must have the Contact Number or the Lead JML number labeled on the outside of all boxes. If not labeled the Warehouse may at the time of delivery turn the material away at the company's cost for not being able to identify the material. MARKING OF SHIPMENTS (COMMERCIALLY PACKAGED ITEMS) (i) Marking shall be in accordance with ASTM-D-3951 (most current edition) and with the information set forth in paragraph (ii) below. Unless specified elsewhere in this contract/order, bar coding is not required. (ii) All UNIT AND EXTERIOR CONTAINERS/PACKS ARE REQUIRED TO BE MARKED AS FOLLOWS: Applicable National stock number (NSN), Federal stock number (FSN), Local Stock Number (LSN), or Part Number when neither NSN, FSN, LSN are available Noun nomenclature cited on contract or order Quantity and unit of issue QA Designator: Government Contract, or Purchase Order Number (incl. Delivery Order No.) From:_______________________________________________ (Contractor's Name)_________________________________________________ (Contractor�s Address)_______________________________________________ To: (See delivery address on page 1 or in Section F) (iii) Markings may be applied by any means which provide legibility. (iv) Additional markings required as stated below: SHIPPING LABEL INSTRUCTIONS All shipments must have a label on the outside of each box, clearly providing the following information, in addition to packing slips inside the box: Document Numbers: N4215851636004 Contract or Purchasing Number: TBD Government Purchasing Agent�s Name and Phone Number (if known): KIMBERLY VIETTI, (757) 278-5038 Post Award Action/Contract Issues: Post Awards NNSY, PostAwardsNNSY@dla.mil If a label cannot be generated, the info must be clearly marked on the outside of each container. Address all questions or concerns regarding the labeling or shipping documents with the government Post Awards NNSY after confirming acceptance of the order. PREPARATION FOR DELIVERY (COMMERCIALLY PACKAGED ITEMS) Preservation, packaging and packing shall be in accordance with ASTM Designation D-3951(Latest Revision), �Standard Practice for Commercial Packaging
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/927f22f5ea454454bf71ce32b86d359c/view)
 
Place of Performance
Address: Portsmouth, VA 23709, USA
Zip Code: 23709
Country: USA
 
Record
SN07535347-F 20250806/250804230048 (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.