Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2020 SAM #6818
SOLICITATION NOTICE

20 -- USS WASP LHD-1 ASSORTED VENTILATION PARTS

Notice Date
7/28/2020 4:29:36 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332322 — Sheet Metal Work Manufacturing
 
Contracting Office
MID ATLANTIC REG MAINT CTR NORFOLK VA 23511-2124 USA
 
ZIP Code
23511-2124
 
Solicitation Number
N5005420Q0160
 
Response Due
8/17/2020 10:00:00 AM
 
Archive Date
09/01/2020
 
Point of Contact
Deborah Rae Struebing, Phone: 7574000243, Fax: 7574003070, Monica E. Hill-Turner, Phone: 7574000747, Fax: 7574003070
 
E-Mail Address
deborah.struebing@navy.mil, monica.hill-turner@navy.mil
(deborah.struebing@navy.mil, monica.hill-turner@navy.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 BETA SAM at https://beta.sam.gov. THE RFQ number is�N5005420Q0160. This solicitation documents and incorporates provisions and clauses in effect though FAC 2020-07 and the DFARS Change notice PN 20200605. 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 the is address: https://www.acquisition.gov/. The NAICS CODE is�332322�and the small business standard is�500�(# of employees). The Mid-Atlantic Regional Maintenance Center (MARMC) requests responses from qualified small business sources capable of providing the supplies that are identified in the attached Statement of Work (SOW).�The Government intends to solicit and award on a Small Business Set-Aside in accordance with FAR part 19. NOTE: Drawings referenced in the SOW may be accessed on the following link: https://www.mscorphab.com/ Please submit the�required Attachment E-Militarily Critical Technical Data Agreement (DD FORM 2345). Additionally, instructions for completing the DD FORM 2345 is attached in Attachment F-(DD 2345 Presentation).� A completed and approved DD 2345 must be on file to receive copies of the drawings from the Technical Library.� Required Deliver Date (RDD):� 10/15/2020 � Delivery:��������� DLA DISTRIBUTION NORFOLK, VA ATTN: CODE N, HMSC HAB Program 1968 GILBERT STREET BLDG. W148, DWY 12 PH: (757) 278-8385 or (757) 278-8324 NORFOLK, VA. 23511 � Responsibility and Inspection:� Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Shipping term shall Shipping terms shall be FOB ORIGIN (Shipping Point).� Vendor shall quote FOB Origin (Shipping Point) IAW FAR 52.247-30 F.O.B. Origin, Contractor�s Facility to be considered for this award. 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/. To be considered for this opportunity, all quotes shall be submitted in either Microsoft Word, or Excel spreadsheet. Quote must include price(s), FOB ORIGIN (Shipping Point), a point of contact, name and phone number, business size, and payment terms. An award will be made based on Lowest Price Technically Acceptable (LPTA). All quotes will be evaluated for both technical acceptability and price reasonableness. Each quote must clearly indicate the capability of the vender to meet all specifications and requirements in the SOW. Vendors must provide a detailed (unpriced) capabilities statement for review and acceptance by the Technical POC.�Responses to this solicitation are due by 1:00 pm EST on�17 Aug 2020.�Email quotes to deborah.struebing@navy.mil and monica.hill-turner@navy.mil. Quotes shall be valid for a minimum of sixty (60) calendar days. QUESTIONS:� Vendors may submit questions regarding clarification of solicitation requirements to D. Rae Struebing and Monica Hill-Turner by e-mail at deborah.struebing@navy.mil and monica.hill-turner@navy.mil by 11 August 2020 at 1:00 p.m. EST.�Any questions received after this date may not be answered. The following FAR provision and clauses are applicable to this procurement (supplementary provisions and clauses may be added prior to award): 52.203-13, Contractor Code of Business Ethics and Conduct 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications (Jul 2018) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representati 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 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) 52.212-2 Evaluation � Commercial Items. 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. 52.219-8, Utilization of Small Business Concerns 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-17, Nondisplacement of Qualified Workers 52.222-19 Child Labor�Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 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 52.222-40, Notification of Employee Rights Under the National Labor Relations 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 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Reps and Certs 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.240-22 Alternative Line Item Proposal 52.247-30 FOB Origin (Shipping Point) Contractor�s Facility 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 252.204-7004 Antiterrorism Awareness Training for Contractors. 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 NOT APPLICABLE TO CLIN 0001 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 G-232-H002 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE (NAVSEA) - The entire Contract is Firm Fixed Price. ATTACHMENT A-STATEMENT OF WORK ATTACHMENT B-RFQ PRICING ATTACHMENT C-LHD-1 USS WASP 512-8792452 VENT1-52 F ATTACHMENT D-VENTILATION NOTES - OP -VT and VS Notes 11/28/2019 (VX NOTES 11-28-2019) ATTACHMENT E-DD 2345 ATTACHMENT F-DD 2345 PRESENTATION 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 BETA SAM at https://beta.sam.gov. THE RFQ number is�N5005420Q0160. This solicitation documents and incorporates provisions and clauses in effect though FAC 2020-07 and the DFARS Change notice PN 20200605. 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 the is address: https://www.acquisition.gov/. The NAICS CODE is�332322�and the small business standard is�500�(# of employees). The Mid-Atlantic Regional Maintenance Center (MARMC) requests responses from qualified small business sources capable of providing the supplies that are identified in the attached Statement of Work (SOW).�The Government intends to solicit and award on a Small Business Set-Aside in accordance with FAR part 19. NOTE: Drawings referenced in the SOW may be accessed on the following link: https://www.mscorphab.com/ Please submit the�required Attachment E-Militarily Critical Technical Data Agreement (DD FORM 2345). Additionally, instructions for completing the DD FORM 2345 is attached in Attachment F-(DD 2345 Presentation).� A completed and approved DD 2345 must be on file to receive copies of the drawings from the Technical Library.� Required Deliver Date (RDD):� 10/15/2020 � Delivery:��������� DLA DISTRIBUTION NORFOLK, VA ATTN: CODE N, HMSC HAB Program 1968 GILBERT STREET BLDG. W148, DWY 12 PH: (757) 278-8385 or (757) 278-8324 NORFOLK, VA. 23511 � Responsibility and Inspection:� Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Shipping term shall Shipping terms shall be FOB ORIGIN (Shipping Point).� Vendor shall quote FOB Origin (Shipping Point) IAW FAR 52.247-30 F.O.B. Origin, Contractor�s Facility to be considered for this award. 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/. To be considered for this opportunity, all quotes shall be submitted in either Microsoft Word, or Excel spreadsheet. Quote must include price(s), FOB ORIGIN (Shipping Point), a point of contact, name and phone number, business size, and payment terms. An award will be made based on Lowest Price Technically Acceptable (LPTA). All quotes will be evaluated for both technical acceptability and price reasonableness. Each quote must clearly indicate the capability of the vender to meet all specifications and requirements in the SOW. Vendors must provide a detailed (unpriced) capabilities statement for review and acceptance by the Technical POC.�Responses to this solicitation are due by 1:00 pm EST on�17 Aug 2020.�Email quotes to deborah.struebing@navy.mil and monica.hill-turner@navy.mil. Quotes shall be valid for a minimum of sixty (60) calendar days. QUESTIONS:� Vendors may submit questions regarding clarification of solicitation requirements to D. Rae Struebing and Monica Hill-Turner by e-mail at deborah.struebing@navy.mil and monica.hill-turner@navy.mil by 11 August 2020 at 1:00 p.m. EST.�Any questions received after this date may not be answered. The following FAR provision and clauses are applicable to this procurement (supplementary provisions and clauses may be added prior to award): 52.203-13, Contractor Code of Business Ethics and Conduct 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications (Jul 2018) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representati 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 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) 52.212-2 Evaluation � Commercial Items. 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. 52.219-8, Utilization of Small Business Concerns 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-17, Nondisplacement of Qualified Workers 52.222-19 Child Labor�Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 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 52.222-40, Notification of Employee Rights Under the National Labor Relations 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 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Reps and Certs 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.240-22 Alternative Line Item Proposal 52.247-30 FOB Origin (Shipping Point) Contractor�s Facility 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 252.204-7004 Antiterrorism Awareness Training for Contractors. 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 NOT APPLICABLE TO CLIN 0001 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 G-232-H002 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE (NAVSEA) - The entire Contract is Firm Fixed Price. ATTACHMENT A-STATEMENT OF WORK ATTACHMENT B-RFQ PRICING ATTACHMENT C-LHD-1 USS WASP 512-8792452 VENT1-52 F ATTACHMENT D-VENTILATION NOTES - OP -VT and VS Notes 11/28/2019 (VX NOTES 11-28-2019) ATTACHMENT E-DD 2345 ATTACHMENT F-DD 2345 PRESENTATION
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0a412818d1434398a17e306bacadf2e7/view)
 
Place of Performance
Address: Norfolk, VA 23511, USA
Zip Code: 23511
Country: USA
 
Record
SN05736269-F 20200730/200728230141 (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.