SOLICITATION NOTICE
R -- Logistics and Administrative Support Services
- Notice Date
- 1/16/2025 7:44:00 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
- ZIP Code
- 92136
- Solicitation Number
- N0024425Q0061
- Response Due
- 1/22/2025 10:00:00 AM
- Archive Date
- 01/29/2025
- Point of Contact
- Leliza G. Sarino 619-556-7742
- E-Mail Address
-
leliza.g.sarino2.civ@us.navy.mil
(leliza.g.sarino2.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 document will not be issued. The solicitation number N00244-25-Q-0061 and it is being issued as a Request for Quote (RFQ). RFQ N00244-25-Q-00061 shall be used to reference any written quote provided under this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-02 published in the Federal Register on January 03, 2025 Small business joint venture offerors have to submit the joint venture representations at paragraph (c) of Federal Acquisition Regulation (FAR) solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, with each offer. This is a Small Business Set-Aside competition requirement. The North American Industry Classification System (NAICS) code for this project is 561110 with a size standard of 12.5M. All interested companies shall provide a quotation for: SEE ATTACHED Performance Work Statement (PWS) Period of Performance: 01 February 2025 -31 January 2026 Places of Performance: The work to be performed under this contract will be performed at the following location: Amphibious Construction Battalion ONE, 2524 Eniwetok Road, San Diego, CA 92115 Addenda to provision 52.212-1 are included herein. The provision 52.212-2 is applicable and specific evaluation criteria included in paragraph (a) of the provision. Award shall be made to the quoter, whose quotation, is evaluated as the technically acceptable, past performance and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor meeting or exceeding the requirement listed in the Statement of Work (2) Past Performance and (3) price. Offerors shall include a completed copy of provision 52.213-3 and its Alternate I with its quote. The clause 52.212-4 is applicable. The clause 52.212-5 is applicable and properly indicated with which FAR provisions and clauses are applicable to this procurement. Additional Contract requirements: NOTE 1: Failure to provide all of the items in the PWS will result in rejection of quotation. The vendor must be able to meet all of these requirements and must submit a quote that identifies and shows they can meet all of these requirements. Otherwise, the quote will be rejected, and the vendor will not be considered for award. NOTE 2: Failure to meet the Evaluation Criteria will result in rejection of quotation. NOTE 3: NO partial bids allowed. NOTE 4: The method of payment for this procurement shall be WAWF. Defense Priorities and Allocations System (DPAS) and assigned rating: N/A This combined synopsis/solicitation will close at 2:00 PM (PST) San Diego, California Time on 22 January 2025. Submit vendor quote to the Contract Specialist, Ms. Leliza G. Sarino, via email to the address leliza.g.sarino2.civ@us.navy.mil and stating - SOLICITATION N00244-25-Q-0061 Logistics and Administrative Support Services (Amphibious Construction Battalion ONE (PHIBCB ONE). Questions on this solicitation shall be submitted to the Contract Specialist via email. The Government will attempt to answer all questions in timely manner and will be made available publicly. However, question(s) submitted near the solicitation closing date may not provide sufficient time for the Government to respond. Therefore, quoters are hereby directed to submit question(s) not later than 5:00 PM San Diego, California time on 21 January 2025.QUESTIONS AND CONCERNS REGARDING THIS SOLICITATION HAVE TO BE SUBMITTED VIA EMAIL. ANSWERS FOR THIS SOLICITATION WILL ONLY BE RESPONDED VIA EMAIL. 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will make a single award to the responsible Offeror using a best value. The award will be based on the combined evaluations of technical acceptability, past performance, and price. Technical acceptability will be evaluated on an Acceptable/Unacceptable basis, only offerors rated as Acceptable on Technical will then be considered for award. Past performance and price will be subject to the best value trade-off process, with past performance being more important than price. The importance of price as an evaluation factor will increase with the degree of equality of the quotes in relation to the non-price factors. When technically acceptable proposals quotes/offers are considered essentially equal in terms of past performance, or when price is so significantly high as to diminish the value of past performance information to the Government, price may become the determining factor for award. The trade-off process is further described below. a. If a technically acceptable Offeror is better in terms of past performance and has the lowest price, that offeror may be considered to be the best value. b. If a technically acceptable Offeror is better in terms of past performance, but does not have the lowest price, the Government will evaluate whether the differences in the past performance factor is worth the differences in price. If the differences are considered to be worth the differences in price, the offeror with the higher price may be considered the better value. If not, the offeror with the lower price may be considered the better value Factor I - Technical Factor II - Past Performance Factor III- Price Offeror(s) is(are) required to include a completed copy of the provisions at 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and 52.212-3, Offeror Representations and Certifications - Commercial Items, with their quotation. Addenda to provision 52.212-1 are included herein. The provision 52.212-2 is applicable and specific evaluation criteria included in paragraph (a) of the provision. Offerors shall include a completed copy of provision 52.213-3 and its Alternate I with its quote. The clause 52.212-4 is applicable. The clause 52.212-5 is applicable and properly indicated with which FAR provisions and clauses are applicable to this procurement. The following FAR/DFARS provisions and clauses apply to this solicitation and are incorporated by reference.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4562f8806ada427ca7e1876d7a930587/view)
- Place of Performance
- Address: 2524 Eniwetok Road , San Diego, CA 92115, USA
- Zip Code: 92115
- Country: USA
- Zip Code: 92115
- Record
- SN07315057-F 20250118/250116230059 (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 |