Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOLICITATION NOTICE

35 -- Steam Dryers

Notice Date
5/25/2023 7:10:03 AM
 
Notice Type
Solicitation
 
NAICS
333310 —
 
Contracting Office
COMMANDING GENERAL PARRIS ISLAND SC 29905-9001 USA
 
ZIP Code
29905-9001
 
Solicitation Number
M0026323Q0027
 
Response Due
6/20/2023 8:00:00 AM
 
Archive Date
07/05/2023
 
Point of Contact
Vanessa Bouknight, Phone: 8432283813, Fax: 8432282163, Rodney Small, Phone: 8432282151
 
E-Mail Address
vanessa.bouknight@usmc.mil, rodney.c.small@usmc.mil
(vanessa.bouknight@usmc.mil, rodney.c.small@usmc.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial supplies 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. Solicitation number M0026323Q0027 is issued as a request for quotation (RFQ) using the commercial procedures in accordance with FAR Part 12.� The Source Selection procedures are in accordance with FAR Subpart 13.5.� The solicitation document and incorporated provisions and clauses are those in effect through Acquisition Circular 2023-02 and DFARS Publication 20230322. The Regional Contracting Office, Marine Corps Recruit Depot- Parris Island, SC intends to award a Firm Fixed Price Contract for Steam Dryers. This solicitation is issued as 100% Small Business Set-aside and the North American Industrial Classification System (NAICS) code for this requirement is 333310 with a size standard of 1,000. In accordance with FAR 52.237-1, a site visit will be scheduled on 7 June 2023 at 1:30 PM with Vanessa Bouknight: vanessa.bouknight@usmc.mil and Rodney Small: rodney.c.small@usmc.mil Please forward the following information to me for each person attending the site visit by Wednesday, 31 May 2023 no later than 11:00 AM: First Name: Last Name: Driver�s License number: State who issued Driver�s License: All applicable Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are contained in SF 1449 M0026323Q0027 attached to this synopsis. Offerors responding to this announcement shall submit their quotes in accordance with FAR Part 12 and Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition .� This procurement is being conducted under FAR Parts 12 and 13. Comparative Evaluation/Basis for Award The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price, past performance, and other factors considered. The following factors shall be used to evaluate quotations:� Price; Past Performance:� The apparent successful, prospective contractor must have satisfactory or neutral past performance.� Past Performance shall be evaluated in accordance with FAR 13.106-2. The Supplier Performance Risk System (SPSR) application (https://www.sprs.csd.disa.mil) will be used in the evaluation of suppliers� past performance in accordance with DFARS 213.106-2(b)(i). Other Factors: Contractor�s quoted supplies or services shall, at a minimum,� meet the salient characteristics, specifications, deliverables, or performance requirements outlined in the solicitation. In accordance with FAR 13.106-2(b)(3), the government will conduct a comparative evaluation of quotations based on price and other non-price factors.� The Government will first eliminate unacceptable quotations; the remaining quotations will be arranged from lowest price to the highest price.� If there are more than two (2) quotes, the Government will conduct a comparative assessment of at least the two (2) lowest price quotes.� The award will be made to the offeror�s whose quote is determined to have both a fair & reasonable price and to be the most advantageous to the Government.� Technical - Contractors must address amd meet each specification and each deliverable in the solicitation.� Past Performance -The apparent successful, prospective contractor shall have satisfactory past performance.� Past Performance shall be evaluated in accordance with FAR 13.106-2. In accordance with DFARS 213.106-2, the Supplier Performance Risk System (SPRS), at https://www.ppirssrng.csd.disa.mil, shall be considered as part of the past performance evaluation process. The closing date and time for this solicitation is �20 June 2023 at 11:00 AM (EST). Any/all questions regarding this RFQ shall be dircted no later than 13 June 2023 at 11:00 AM EST to the points of contacts listed below. Include both points of contact in all communication. Answers will be posted to SAM.gov no later than 16 June 2023. The primary point of contact for this solicitation is Vanessa Bouknight (vanessa.bouknight@usmc.mil)-843.228.3813, and Rodney Small (rodney.c.small@usmc.mil) -843.228.2151.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/198adfc5f7d2472abb1211b32db613a4/view)
 
Place of Performance
Address: SC 29910, USA
Zip Code: 29910
Country: USA
 
Record
SN06694814-F 20230527/230525230114 (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  © 1994-2020, Loren Data Corp.