SOLICITATION NOTICE
42 -- Oshkosh Parts for Navy Owned Fire Engine Repairs
- Notice Date
- 5/22/2024 9:14:13 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423850
— Service Establishment Equipment and Supplies Merchant Wholesalers
- Contracting Office
- NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008524Q2515
- Response Due
- 6/3/2024 11:00:00 AM
- Archive Date
- 06/18/2024
- Point of Contact
- Darlene H. Tucker, Phone: 7573410093
- E-Mail Address
-
darlene.h.tucker.civ@us.navy.mil
(darlene.h.tucker.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Combined Synopsis/Solicitation N4008524Q2515 This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR subpart 5.1 and 5.2, FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, as supplemented with the additional information included in this notice.� The 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 SHALL be posted on www.sam.gov.� The solicitation number is N4008524Q2515 and is issued as a Request for Quote (RFQ). This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-05, effective May 22, 2024. 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 these addresses: https://www.acquisition.gov/far/ and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 423850 and the Small Business Standard is 125 employees. This requirement is being procured as small business set-aside. The proposed contract action is for commercial supplies/services for which the Government intends to solicit and negotiate on a Brand Name only basis. Interested vendors may identify their interest and capability to respond to the requirement, or submit a quote by the date and time specified. All received by the closing response date will be considered by the Government. Estimated Delivery:� 30 days after award Attachments: Please refer to the following attachments for additional information: I. Statement of Work II. Justification of Brand Name / Item Details The following FAR provisions and clauses are applicable to this procurement:� 52.204-7 System for Award Management (Oct 2018) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (June 2020) 52.204-13 SAM Maintenance (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) 52.204-21 Basic Safeguarding of Covered Contractor Information (Nov 2021) 52.204-22 Alternative Line Item Proposal (Jan 2017) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Dec 2023) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.204-26 Covered Telecommunications Equipment or Services-representation (Oct 2020) 52.204-27 Prohibition on a ByteDance Covered Application (June 2023) 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 2021) 52.212-1, Instructions to Offerors - Commercial Items; (Sep 2023) 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; (Sep 2023) 52.212-4, Contract Terms and Conditions - Commercial Items; (Dec 2022) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - (Dec 2023) Commercial Items including � 52.219-28 Post Award Small Business Program Representation (Sep 2023) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor �Cooperation with Authorities and Remedies (Dec 2022) 52.222-21 Prohibition of Segregated Facilities (April 2015) 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.222-26 Equal Opportunity (Sept 2016) 52.222-36 Equal Opportunity for Workers w/ Disabilities (June 2020) 52.222-50 Combatting Trafficking in Person (Nov 2021) 52.223-16 Acquisition of EPEAT-Registered Personal Computer Products (Oct 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (June 2020) 52.225-1 Buy American�Supplies� (Oct 2022) 52.225-13 Restriction on Foreign Purchases (Feb 2021) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran-Reps and Certs 52.232-33 Payment by Electronic Funds Transfer � SAM (Oct 2018) 52.232-39 Unenforceability of Unauthorized Obligations (June 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) 52.233-3 Protest After Awards (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) Vendors shall include a completed copy of 52.212-3 and its ALT I with quotes.� All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:� 252.203-7000 Requirements Related to Compensation of Former DOD Officials (Sep 2011) 252.203-7002 Requirements to Inform Employees of Whistleblower Rights (Dec 2022) 252.203-7005 Representation Relating to Compensation of Former DOD Officials (Nov 2011) 252.204-7003 Control of Government Personnel Work Products (Sep 2022) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Jan 2023) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (Jan 2013) 252.204-7016 Covered Defense Telecommunications Equipment or Services �Representation (Dec 2019) 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunication Equipment or Services � Representation (May 2021) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunication Equipment or Services (Jan 2023) 252.204-7019 Notice of NIST SP 800-171 DOD Assessment Requirements (Mar 2022) 252.204-7020 NIST SP 800-171 DOD Assessment Requirements (Jan 2023) 252.211-7003 Item Identification & Valuation (Jan 2023) 252.211-7008 Use of Government- Assigned Serial Numbers (Sep 2010) 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sept 2014) 252.223-7008 Prohibition of Hexavalent Chromium (Jan 2023) 252.225-7001 Buy American Act & Balance of Payments Program (Jan 2023) 252.225-7002 Qualifying Country Sources as Subcontractors (Mar 2022) 252.225-7048 Export-Controlled Items (June 2013) 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (May 2022) 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (June 2023) 252.232-7003 Electronic Submission of Payment Request (Dec 2018) 252.232-7006 Wide Are Workflow Payment Instructions (Jan 2023) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.232-7017 Reserved 252.239-7009 Representation of Use of Cloud Computing (Sep 2015) 252.239-7010 Cloud Computing Services (Jan 2023) 252.243-7001 Pricing of Contract Modifications (Dec 1991) 252.244-7000 Subcontracts for Commercial Items (Jan 2023) 252.246-7008 Sources of Electronic Parts (Jan 2023) 252.247-7023 Transportation of Supplies by Sea (Jan 2023) This announcement will close at 2:00pm Eastern Standard Time on 03 June 2024. The POC is Darlene H. Tucker, who can be reached at 757-341-0093, or email darlene.h.tucker.civ@us.navy.mil. �� Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d3f9fca77916406e998daf4455b1582e/view)
- Place of Performance
- Address: Norfolk, VA, USA
- Country: USA
- Country: USA
- Record
- SN07073641-F 20240524/240522230048 (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 |