SOLICITATION NOTICE
R -- Shredder Repair Services
- Notice Date
- 4/30/2024 11:09:01 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N6660424Q0125
- Response Due
- 5/7/2024 11:00:00 AM
- Archive Date
- 05/22/2024
- Point of Contact
- Kevin E. Silva, Phone: 4018323558
- E-Mail Address
-
kevin.e.silva2.civ@us.navy.mil
(kevin.e.silva2.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This solicitation will be open for 5 days, in accordance with FAR 5.203(a)(2). Request for Quotation (RFQ) number is N66604-24-Q-0125. The Naval Undersea Warfare Center (NUWC) Division Newport, Rhode Island intends to a firm-fixed price contract, for shredder repair services, as described below and in the attached Statement of Work (SOW) and CDRLs. This is a solicitation for a commercial service, prepared in accordance with FAR Subpart 8.4 Federal Supply Schedules, as supplemented with additional information in this notice.� This procurement is 100% set aside for small business and the NAICS Code for this acquisition is 561990; $16.5M. For quoting purposes, the FFP Contract Line Item Number (CLIN) structure is: CLIN 0001:� � Shredder Repair, Model SSMD-2mm, one (1) job CLIN 0002:� � CDRLs, NSP NOTE: ADDITIONAL DETAILS OF REQUIREMENT CONTAINED ON THE ATTACHED STATEMENT OF WORK AND CDRL. Please, reference both, for additional information.� The required performance for this procurement is no later than 30 days after date of award; F.O.B. Destination: Newport, RI 02841. This requirement will be awarded to the Offeror with the lowest price technically acceptable (LPTA) quote. In order to be deemed technically acceptable: 1. �Quote all repair efforts and replacement parts needed IAW SOW and CDRL; 2. �Provide proof of both facility and personnel security clearances at the Secret level; 3. �Provide proof of certification of capability to repair, in accordance with standards for National Security Agency (NSA) approved destruction equipment for media.� 4.� Additionally, the Government will consider past performance information where negative information within SPRS may render quote being deemed technically unacceptable. The below provisions and clauses apply to this solicitation: FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services FAR 52.212-2 Evaluation�Commercial Products and Commercial Services FAR 52.212-3 (ALT 1) Offeror Representations and Certifications�Commercial Products and Commercial Services FAR 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The full text of provisions and clauses may be accessed electronically at https://acquisition.gov Payment will be made by Wide Area Workflow (WAWF). Offerors must be actively registered in the System for Award Management (SAM) to be eligible for award.� Instructions for registration are available at the following website: https://www.sam.gov/ OFFERORS SHALL INCLUDE THE FOLLOWING INFORMATION WITH SUBMISSIONS: 1. Point of Contact (including name, phone number and email address) 2. Contractor CAGE Code 3. SAM UEI Quotations shall be e-mailed to the Primary Point of Contact, on or before Tuesday 07 MAY 2024 at 2:00 PM (EST).� Late submissions may not be considered for award. Quotations shall be valid for no less than 60 days. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Primary Point of Contact: Kevin E. Silva at kevin.e.silva2.civ@us.navy.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/72ac18510dde469abf17d2161bc9021b/view)
- Place of Performance
- Address: Newport, RI 02840, USA
- Zip Code: 02840
- Country: USA
- Zip Code: 02840
- Record
- SN07046818-F 20240502/240430230056 (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 |