Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 28, 2024 SAM #8249
SOLICITATION NOTICE

39 -- USS Emory S. Land Stackable Steel Test Weights

Notice Date
6/26/2024 4:18:14 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
NAVSUP FLC YOKOSUKA SASEBO OFFICE FPO AP 96322-1500 USA
 
ZIP Code
96322-1500
 
Solicitation Number
N6824624Q0111
 
Response Due
7/4/2024 9:00:00 PM
 
Archive Date
07/20/2024
 
Point of Contact
Jason Perez, Phone: 6713395526, Rafael Eladio Battung, Phone: 6713395528
 
E-Mail Address
jason.q.perez.civ@us.navy.mil, rafaeleladio.m.battung.civ@us.navy.mil
(jason.q.perez.civ@us.navy.mil, rafaeleladio.m.battung.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 0001 � The purpose of this amendment is to issue Attachment Questions and Answers to provide a government response to request for information. **All previously submitted quotes must be resubmitted after the posting of this amendment in order to be considered for award.** (i) This is a�combined�synopsis/solicitation�for�commercial products prepared in accordance with the format in�subpart�12.6, 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. (ii) The solicitation number is N6824624Q0111 and is being issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05 (iv) This acquisition is set-aside 100% Small Business.� The NAICS code associated with this requirement is 332999 � All Other Miscellaneous Fabricated Metal Product Manufacturing - and the small business size standard is 750 employees. (v) See Attachment (a) � Quotation Sheet for list of line item number(s) and items, quantities, and units of measure (including option(s), if applicable). (vi) The Government requires a commercial, firm-fixed price contract to provide the USS Emory S. Land with a set of four (4) steel stackable test weights. � � � � � � See Attachment (1) � Stackable Test Weights Statement of Work and Attachment (1)a Stackable Test Weights Diagram for� � � the description of the requirements. (vii) The purchase order will have a required delivery date of 15 September 2024 and will be FOB Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services, applies to this acquisition. See Attachment (b) Addendum to 52.212-1 for additional instructions. (ix) The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition. See Attachment (c) 52.212-2, Evaluation-Commercial Products and Commercial Services for the description of the evaluation procedures to be used. (x) Do NOT submit a completed copy of the provision at (DEVIATION 2023-O0002), Offeror Representations and Certifications-Commercial Products and Commercial Services with your offer. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. There is no addendum to 52.212-4 for this solicitation. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. � � � � The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 JUN 2010 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities NOV 2021 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment NOV 2021 52.204-27 Prohibition on a ByteDance Covered Application JUN 2023 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment NOV 2021 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015 52.219-6 Notice of Total Small Business Set-Aside NOV 2020 52.219-28 Post-Award Small Business Program Rerepresentation MAR 2023 52.219-33 Non-Manufacturer Rule SEP 2021 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor�Cooperation with Authorities and Remedies FEB 2024 52.222-21 Prohibition of Segregated Facilities APR 2015 52.222-26 Equal Opportunity SEP 2016 52.222-36 Equal Opportunity for Workers with Disabilities JUN 2020 52.222-50 Combating Trafficking in Persons NOV 2021 52.225-1 Buy American Act--Supplies - Alternate I� 52.225-13 Restrictions on Certain Foreign Purchases FEB 2021 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving MAY 2024 52.232-33 Payment by Electronic Funds Transfer�System for Award Management OCT 2018 52.232-40 Providing Accelerated Payments to Small Business Subcontractors MAR 2023 52.233-3 Protest after Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 � � � �The following additional clauses and provisions also apply to this requirement: ������ Clauses: 52.204-13 System for Award Management Maintenance OCT 2018 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020 52.222-20 Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 JUN 2020 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.247-34 F.o.b. Destination NOV 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DEC 2022 252.204-7003 Control of Government Personnel Work Product APR 1992 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting MAY 2024 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support JAN 2023 252.211-7003 Item Unique Identification and Valuation JAN 2023 252.223-7008 Prohibition of Hexavalent Chromium JAN 2023 252.225-7012 Preference for Certain Domestic Commodities APR 2022 252.227-7015 Technical Data�Commercial Products and Commercial Services MAR 2023 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7006 Wide Area WorkFlow Payment Instructions JAN 2023 252.232-7010 Levies on Contract Payments DEC 2006 252.244-7000 Subcontracts for Commercial Products or Commercial Services NOV 2023 252.247-7023 Transportation of Supplies by Sea--Basic JAN 2023 ����� Provisions: 52.204-7 System for Award Management OCT 2018 52.204-16 Commercial and Government Entity Code Reporting AUG 2020 52.204-17 Ownership or Control of Offeror AUG 2020 52.204-20 Predecessor of Offeror AUG 2020 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021 52.204-26 Covered Telecommunications Equipment or Services--Representation OCT 2020 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services FEB 2024 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services--Alternate I FEB 2024 52.222-22 Previous Contracts and Compliance Reports FEB 1999 52.222-25 Affirmative Action Compliance APR 1984 52.252-5 Authorized Deviations in Provisions NOV 2020 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements NOV 2023 252.204-7024 Notice on the use of the Supplier Performance Risk System MAR 2023 (xiii) There are no additional contract requirement(s) or terms and conditions other than those included in this notice including all referenced provisions, clauses, and attachments. (xiv) The Defense Priorities and Allocations System (DPAS) is NOT applicable to this solicitation. (xv) The date and time quotations must be received in order to be considered for award is the response date and time in Contract Opportunities. � � � �See Attachment (b) Addendum to 52.212-1 for additional instructions including the submittal instructions. (xvi) The name and telephone number of the individual to contact for information regarding the solicitation including submission of questions is the Contract Specialist identified in Contract Opportunities for this combined synopsis/solicitation. (xvii) The Government may not respond to questions received less than 5 days prior to the due date and time for receipt of quotations.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/81309523b15b422f87e923340b8a0fff/view)
 
Place of Performance
Address: Piti, GU 96915, USA
Zip Code: 96915
Country: USA
 
Record
SN07108973-F 20240628/240626230120 (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.