Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 11, 2024 SAM #8415
SOLICITATION NOTICE

J -- NAS LEMOORE Preventative & Corrective Maintenance - Galley Equipment

Notice Date
12/9/2024 3:50:21 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
 
ZIP Code
92136
 
Solicitation Number
N0024425Q00015
 
Response Due
12/12/2024 12:00:00 PM
 
Archive Date
12/27/2024
 
Point of Contact
Jheanna Poblete, Phone: 6195565361
 
E-Mail Address
jheanna.u.poblete.civ@us.navy.mil
(jheanna.u.poblete.civ@us.navy.mil)
 
Description
This is a combined synopsis/solicitation for commercial products or commercial services 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; proposals are being requested and a written solicitation will not be issued. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-24-Q-0015. The solicitation document and incorporated provisions and clauses are those in effect through latest Federal Acquisition Circular and DFARS change notices. This solicitation is issued as full and open competition. NAICS Code 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance is applicable and business size is $12.5M. The solicitation will start on the date this solicitation is posted and will end on 8 November 2024 12:00 PM Pacific Standard Time. Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov to be considered for this solicitation. Requirements ************************************************************************** Naval Air Station (NAS) Lemoore OPS Galley requires preventive maintenance and corrective maintenance for Government owned galley equipment. In addition, to a base year (9-months), there will be two 12-month option years for above services. Refer to statement of work for full detail. Period of Performance: FY24 Base Year: 01 JAN 2025 � 30 SEPT 2025 FY25 Option Year 1: 01 OCT 2025 � 30 SEPT 2026 FY26 Option Year 2: 01 OCT 2026 � 30 SEPT 2027 Delivery: FOB Destination. Inspection and acceptance: At Destination by the Government. Contract Type: Order/Contract resulting from this solicitation will be Firm Fixed Price (FFP). This solicitation documents and incorporates provisions and clauses in effect through the latest FAC and DFARS change notices. 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 Post Award Contract Administration will be performed by NAVSUP Fleet Logistics Center San Diego, Code 250. Payment: The US Navy anticipates using Wide Area Workflow (WAWF) to pay invoices IAW DFAR 252.232-7003 Requests for technical and or contractual clarification are to be submitted in writing. TECHNICAL QUESTIONS are to be submitted via e-mail to jheanna.u.poblete.civ@us.navy.mil received no later than 19 DEC 2024 12:00:00 PM Pacific Standard Time. Answers to questions will be provided in the form of an amendment to this solicitation. The following provisions and clauses are applicable and are hereby incorporated into the solicitation by reference and by full text. It is the responsibility of the interested contractors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render a quote not to be accepted by the Government. THE FOLLOWING NAVSUP LOCAL TEXT IS HEREBY MADE PART OF THE STATEMENT OF WORK/PERFORMANCE WORK STATEMENT. NAVSUP FLC San Diego may utilize contractor support through the AbilityOne Program, as needed, to perform contract closeout functions for this acquisition. Information, including business sensitive/confidential or proprietary data, that the offeror provides to the Government or information already in the possession of the Government may be viewed and utilized by the AbilityOne Program support contractor personnel during the course of its contract performance. The information that may be made available to the support contractor may include, for example, pricing and technical proposals, historical contract, pricing and performance information, Commercial Asset Visibility (CAV) reporting information and similar data/information. By submission of a proposal in response to this solicitation, the offeror and its subcontractors consent to a release of their business sensitive/confidential or proprietary data to the Government's AbilityOne Program support contractor personnel in order to perform close out services. Prior to the release of any such information to the support contractor, the support contractor will have in place with the Government a Non-Disclosure/Non-Use Agreement in accordance with the terms of the AbilityOne Program support contract. Offerors may execute their own Non-Disclosure Agreement with the AbilityOne Program (AbilityOne contact information available from the contracting point of contact). The support contractor must provide copies of the executed agreements to the Contracting Officer and the Contracting Officer's Representative (COR) for the support contract; and the offeror/contractor for this acquisition must provide copies of the executed Agreement to the Contracting Officer for this acquisition. If the offeror/contractor seeks such a Non-Disclosure Agreement with the AbilityOne Program support contractor, the Agreement must be executed no later than the date of final delivery under the resulting NAVSUP FLC San Diego contract. REVIEW OF AGENCY PROTESTS The contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d). Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision rendered by a contracting officer to the reviewing authority. The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 3985 Cummings Road, San Diego, CA 92136-4200. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the ""contracting officer"" or ""reviewing official"". Offerors should note this review of the Contracting Officer's decision will not extend GAO's timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. UNIT PRICES Contractor unit prices, when incorporated into a Government contract, may be releasable under the Freedom of Information Act (FOIA) in the event NAVSUP FLCSD receives a FOIA request. New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. WAGE DETERMINATION WD 2015-5625 (Rev.22) and posted on www.sam.gov. To view the Ventura County, CA Wage Determination, please visit https://sam.gov/content/wage-determinations Please completely fill out Pricing Sheet and Offeror Past Performance Data attachments. Failure to completely fill out attachments will render bid proposal inelligble to move forward to technical evaluation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/665f00158a274d1c85348fe1f7f6e641/view)
 
Place of Performance
Address: Lemoore, CA, USA
Country: USA
 
Record
SN07285688-F 20241211/241209230108 (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.