Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 09, 2014 FBO #4702
SOLICITATION NOTICE

70 -- Rimage Maintenance - J&A - Requirement Specifications

Notice Date
10/7/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Office of Naval Intelligence, 4251 Suitland Road, Washington, District of Columbia, 20395-5720, United States
 
ZIP Code
20395-5720
 
Solicitation Number
N0001515RC11014
 
Archive Date
11/1/2014
 
Point of Contact
Tonitta Hopkins, Phone: 3016692418
 
E-Mail Address
thopkins@nmic.navy.mil
(thopkins@nmic.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The attached document provides the specifications for this requirement. Each offeror shall submit pricing for a base and two (2) one-year option periods. Justification and Approval This is a solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Office of Naval Intelligence intends to purchase on a firm-fixed price basis and to solicit and negotiate the proposed purchase order on a sole-source basis with Global Technologies Group, Inc. to procure Rimage Maintenance under the authority of FAR Part 12, FAR Part 13, and FAR Part 6.302-1. The solicitation number is N0001515RC11014 and is issued as a Request for Quotation (RFQ). The period of performance is a base and two (2) one-year option years. The government will evaluate the option at contract award by adding the total price for all options to the total price for the basic requirement. The period of performance for the base will be from 1 November 2014 through 31 October 2015. Offerors shall submit separate pricing for the base and each option year broken out by line item. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 with a small business size standard of $27.5M. Requirement: SEE ATTACHED REQUIREMENT SPREADSHEET Offers shall be received no later than 17 October 2014 at 12:00pm EST. Offers received after 17 October 2014 at 12:00pm EST will not be considered for award. Request for information concerning this requirement shall be submitted in writing to Tonitta Hopkins and can be emailed no later than 10 October 2014 to thopkins@nmic.navy.mil. Interested persons may submit their interest and capability to respond to the requirement or submit quotations. This notice of intent is not a request for competitive proposals. However, all quotations received by 17 October 2014 at 12:00pm EST will be considered by the Government. Information received will normally be considered for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed contract based upon the responses to this notice is solely within the discretion of the Government. The Government will not pay for any information received. For information contact: Tonitta Hopkins at thopkins@nmic.navy.mil. Offerer must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in SAM, it may do so through the SAM website at https://www.sam.gov/portal/public/SAM/. The Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The following option clauses are applicable to this solicitation: FAR 52.217-5; FAR 52.217-8; and FAR 52.217-9. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cb1d3847760e11bb8626e59fe43601f0)
 
Place of Performance
Address: 4251 Suitland Road, Washington, District of Columbia, 20395, United States
Zip Code: 20395
 
Record
SN03544830-W 20141009/141007234729-cb1d3847760e11bb8626e59fe43601f0 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.