Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 25, 2022 SAM #7698
SOLICITATION NOTICE

44 -- PBA Scotch Marine Boilers - Re-Post

Notice Date
12/23/2022 6:41:11 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332410 — Power Boiler and Heat Exchanger Manufacturing
 
Contracting Office
W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
 
ZIP Code
61299-0000
 
Solicitation Number
W519TC-23-Q-0356
 
Response Due
1/13/2023 11:00:00 AM
 
Archive Date
01/28/2023
 
Point of Contact
Larry Owens, John Fotos
 
E-Mail Address
larry.w.owens4.civ@army.mil, john.g.fotos.civ@army.mil
(larry.w.owens4.civ@army.mil, john.g.fotos.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
W52P1J-23-Q-0356, Amendment 001: The purpose of this amendment is to update the Price Matrix to show the correct quantity on the Feedwater System.� The correct quantity is 1.� The corrected Price Matrix (Attachment 001 PRICE MATRIX W519TC-23-Q-0356 rev 12222022) is attached to this Combined Synopsis/Solicitation Combined Synopsis/Solicitation 1. This combined synopsis/solicitation for commercial items is prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. 2. The U.S. Army Contracting Command � Rock Island (ACC-RI) hereby requests a quote for TWO SCOTCH MARINE TYPE Boiler Units in accordance with (IAW) �Steam Boiler Purchase Requirements� below. 3. Solicitation W519TC-23-Q-0356 is issued as a Request For Quote (RFQ), 100% Total Set-Aside for Small Business, IAW FAR 19.502-2(b)(1) and IAW the terms and conditions listed below under the heading �Contract Terms and Provisions�. This combined synopsis/solicitation is being released IAW FAR Part 12 and FAR Part 13.5. The Government Anticipates awarding a firm-fixed price contract. 4. The following NAICS code and small business size standard apply: NAICS: 332410 Size Standard: 750 employees. 5. Vendor shall provide their quote utilizing the attached Price Matrix, IAW the addendum to FAR 52.212-1 below. 6. Contract will be awarded in accordance with FAR 52.212-2 to the Lowest Price Technically Acceptable, responsive, and responsible contractor whose price is determined to be fair and reasonable. 7. FAR 52.212-1 Instructions to Offerors-Commercial Items, and any addenda to this provision, are applicable to this acquisition. 8. FAR 52.212-2 Evaluation � Commercial Items, and any addenda to this provision, are applicable to this acquisition. 9. Offerors shall submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. 10. FAR 52.212-4 Contract Terms and Conditions � Commercial Items, and any addenda to this clause, are applicable to this acquisition. 11. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and any of the FAR Clauses marked, in the full text FAR 52.212-5 included below, are applicable to this acquisition. 12. This acquisition is not rated in the Defense Priorities and Allocations System. 13. All questions shall be submitted by 1:00pm, Central time on 29 December 2022. The USG is not obligated to answer questions submitted after this time. All reasonable questions submitted by the date listed above will be answered via amendment to the solicitation. 14. The Place of Delivery shall be Pine Bluff Arsenal, Pine Bluff, AR 71602. 15. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01, published 01 December 2022. 16. Quotes shall be submitted electronically via email by 1:00 pm, Central Time on 13 January 2022 via email. The point of contact for this action is Larry Owens, email: Larry.W.Owens4.civ@army.mil and John Fotos, email: john.g.fotos.civ@army.mil. � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � ��� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Enclosures: Attachment 001 Price Matrix W519TC-23-Q-0356. See Attached Combined/Solicitation W519TC-23-Q-0356 for complete instructions, terms and conditions.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5abcff1d01384edea572540f6b19273f/view)
 
Place of Performance
Address: White Hall, AR 71602-9500, USA
Zip Code: 71602-9500
Country: USA
 
Record
SN06551609-F 20221225/221224211839 (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.