Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 23, 2020 SAM #6750
SOLICITATION NOTICE

J -- Ice Machine Maintenance and Repair Services

Notice Date
5/21/2020 10:51:46 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NAVSUP FLT LOG CTR JACKSONVILLE JACKSONVILLE FL 32212-0097 USA
 
ZIP Code
32212-0097
 
Solicitation Number
N6883620QA001
 
Response Due
5/28/2020 12:00:00 AM
 
Archive Date
06/12/2020
 
Point of Contact
Miguel E Rivera 904-270-7179 questions via email Miguel.e.rivera1@navy.mil
 
E-Mail Address
miguel.e.rivera1@navy.mil
(miguel.e.rivera1@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Ice Machine Maintenance and Repair Services Naval Construction Training Center (NCTC), Gulfport MS 39501 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is N6883620QA001 and this solicitation is issued as a request for quote (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2005-97. The small business standard for the associated NAICS code is 811310 with a size standard of $8M. The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC), Jacksonville, Florida is soliciting quote of companies to provide maintenance and repair services for ice machines in accordance with (IAW) the attached Performance Work Statement (PWS). Offerors shall provide proposed price for each Contract Line Item Number (CLIN) and grand total for all CLINs: 0001 Maintenance Service; QTY 3 EACH 0002 Repair Service; 20 EACH (Option) 1001 Maintenance Service; 3 EACH (Option) 1002 Repair Service; 20 EACH (Option) 2001 Maintenance Service; 3 EACH (Option) 2002 Repair Service; 20 EACH (Option) 3001 Maintenance Service; 3 EACH (Option) 3002 Repair Service; 20 EACH (Option) 4001 Maintenance Service; 3 EACH (Option) 4002 Repair Service; 20 EACH Period of performance (POP) is a base year plus four (4) option years, as stated in the PWS. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses and provisions incorporated by reference apply to this combined synopsis/solicitation: 52.203-18 Prohibition of Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation JAN 2017 52.204-7 System for Award Management OCT 2018 52.204-13 System for Award Management Maintenance OCT 2016 52.204-16 Commercial and Government Entity Code Reporting JUL 2019 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.204-19 Incorporation by Reference of Representations and Certifications DEC 2014 52.204-22 Alternate Line Item Proposal JAN 2017 52.204-24 Representation Regarding certain Telecommunications and Video Surveillance Services or Equipment DEC 2019 52.204-26 Covered Telecommunications Equipment or Services-Representation DEC 2019 52.212-1 DEV Instructions to Offerors-Commercial Items (Deviation 2018-00018) MAR 2020 52.212-4 Commercial Terms and Conditions-Commercial Items OCT 2018 52-219-6 Notice of Total Small Business Set-Aside (Deviation 2020-00008) MAR 2020 52.222-22 Previous Contracts and Compliance Reports FEB 1999 52.223-6 Drug-Free Workplace MAY 2001 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representations and Certifications AUG 2018 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-3 Protest after Award AUG 1996 52.237-2 Protection of Government Buildings, Equipment and Vegetation APR 1984 252.203-7000 Requirements Relating to Compensation of Former DOD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005 Representation Relating to Compensation of Former DOD Officials NOV 2011 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 DOD Antiterrorism Awareness Training for Contractors FEB 2019 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2019 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation DEC 2019 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications or Service-Representations DEC 2019 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DEC 2019 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2017 252.225-7012 Preference for Certain Domestic Commodities DEC 2017 252.225-7048 Export-Controlled Items JUN 2013 252.225-7974 Representation Regarding Business Operations with the Maduro Regime (Deviation 2020-00005) FEB 2020 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.244-7000 Subcontracts for Commercial Items JUN 2013 The following contract supplemental text (SUPTXT), FAR, and DFARS clauses and provisions incorporated by full text apply to this combined synopsis/solicitation (see attachment): SUPTXT204-9400(1-18) Contractor Unclassified Access to Federally Controlled Facilities, Sensitive Information, Information Technology (IT) Systems or Protected Health Information (DEC 2018) SUPTXT243-9400(1-92) Authorized Changes Only By the Contracting Officer (APR 2017) 52.204-17 Ownership or Control of Offeror (JUL 2016) 52.204-20 Predecessor of Offeror (JUL 2016) 52.212-1 Addendum Instructions to Offerors-Commercial Items 52.212-2 Evaluation--Commercial Items (OCT 2014) 52.212-3 Alt I Offerors Representations and Certifications-Commercial Items (MAR 2020) Alternate I (OCT 2014) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAR 2020) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.252-5 Authorized Deviations in Provisions (APR 1984) 52.252-6 Authorized Deviations in Clauses (APR 1984) 252.232-7006 Wide Area Workflow Payment Instructions (DEC 2018) Only one award will be made under FAR Part 12 procedures. The awarded contract will be of a Firm Fixed Price (FFP) Purchase Order type. Quotes are due NLT 1300 Eastern Standard Time (EST), 28 MAY 2020. Send quotes via email to miguel.e.rivera1@navy.mil. Copies of FAR and DFARS clauses/provisions may be accessed via the internet at http://acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ respectively.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b2db704599bf483f89c27b24acbedeff/view)
 
Place of Performance
Address: Naval Construction Center, Gulfport, MS 39501, USA
Zip Code: 39501
Country: USA
 
Record
SN05666062-F 20200523/200521230215 (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.