SOLICITATION NOTICE
39 -- Emergency Stern Gate Recovery System_USS OAK HILL (LSD-51)
- Notice Date
- 3/30/2020 9:31:28 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- MID ATLANTIC REG MAINT CTR NORFOLK VA 23511-2124 USA
- ZIP Code
- 23511-2124
- Solicitation Number
- N5005420Q0036
- Response Due
- 4/2/2020 10:00:00 AM
- Archive Date
- 04/17/2020
- Point of Contact
- Julia Zeleneeva, Phone: 7574000320
- E-Mail Address
-
ioulia.zeleneeva@navy.mil
(ioulia.zeleneeva@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- ***Please note this Combined Synopsis/Solicitation was originally posted on 28 Mar 2020 under the RFQ number:� N5005420T0008.*** The announcement closing date remains unchanged:� 02 April 2020. ������������ Combined Synopsis/Solicitation USS OAK HILL (LSD-51) Emergency Stern Gate Recovery System This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, using Simplified Acquisition Procedures under the commercial items found at FAR 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 https://beta.sam.gov/. The RFQ number is N5005420Q0036. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-101 and DFARS Publication Notice 20180928. 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: http://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 333923 and the Small Business Standard is 1,250 employees. This procurement is 100% small business set-aside. The Small Business Office concurs with the set-aside determination. The Mid-Atlantic Regional Maintenance Center (MARMC) requests responses from qualified sources capable of providing LSD-50 Class Emergency Stern Gate Recovery System as listed below: � � QTY NAME OF PART ITEM NO./REF DWG NO NSN/ PART NO. 2 EA SINGLE SHEAVE TACKLE BLOCK 584-7290650 EMER STERN GATE SYSTEM Rev A PC11 2 EA DOUBLE SHEAVE TACKLE BLOCK 584-7290650 EMER STERN GATE SYSTEM Rev A PC12 4 EA SINGLE SHEAVE CARGO BLOCK 584-7290650 EMER STERN GATE SYSTEM Rev A PC13 Note: Drawing referenced in the SOW, Drawing 584-7290650 Rev. A, may be accessed by contacting: Mid-Atlantic Regional Maintenance Center(MARMC) Technical Library 9727 Avionics Loop, Bldg. LF-18 Norfolk, VA 23511 Phone: 757-400-0737 B. The following FAR & DFARS provisions and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications (Jul 2018) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) 52.212-3 Offeror Representations and Certifications -- Commercial Items. 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. - 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements - 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by�� �� Kaspersky Lab and Other Covered Entities - 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations - 52.233-3 Protest After Award - 52.233-4 Applicable Law for Breach of Contract Claim - 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards - 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred,�� � Suspended, or Proposed for Debarment - 52.219-6 Notice of Total Small Business Aside - 52.219-28 Post Award Small Business Program Representation - 52.222-3 Convict Labor - 52.222-19 Child Labor�Cooperation with Authorities and Remedies - 52.222-21 Prohibition of Segregated Facilities - 52.222-26 Equal Opportunity - 52.222-35 Equal Opportunity for Veterans - 52.222-36 Equal Opportunity for Workers with Disabilities - 52.222-37 Employment Reports on Veterans - 52.222-50 Combating Trafficking in Persons - 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving - 52.225-13 Restriction on Certain Foreign Purchases - 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.222-22 Previous Contracts and Compliance Reports 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Reps and Certs 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information to Litigation Support 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.211-7003 Item Unique Identification & Valuation 252.211-7008 Use of Government-Assigned Serial Numbers 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American--Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.246-7000 Material Inspection and Receiving Report 252.247-7023 Transportation of Supplies by Sea This announcement will close at 1:00 P.M EST on 02 April 2020. The time period for submitting questions for clarification will close at 5:00 P.M EST on 31 March 2020. Contact Julia Zeleneeva who can be reached at (757) 400-0320 or email ioulia.zeleneeva@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. 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/. All quotes shall include price(s) with cost of shipping included in cost of goods (shipping NOT separately priced), FOB point (destination), a point of contact, name and phone number, GSA contract number if applicable, and business size. Quotes will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/29903d96619e4edf9b00d1f71e7a7c1d/view)
- Place of Performance
- Address: Norfolk, VA 23511, USA
- Zip Code: 23511
- Country: USA
- Zip Code: 23511
- Record
- SN05604484-F 20200401/200330230145 (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 |