SOLICITATION NOTICE
J -- Sole Source Notice -- Diving Chiller Replacement
- Notice Date
- 1/24/2025 11:03:50 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- NAVAL SURFACE WARFARE CENTER PANAMA CITY BEACH FL 32407-7001 USA
- ZIP Code
- 32407-7001
- Solicitation Number
- N61331-25-T-TB02
- Response Due
- 1/29/2025 9:00:00 AM
- Archive Date
- 02/13/2025
- Point of Contact
- Alan (Tyler) Bounds, Phone: 850-625-1117, Jamell L. Kilgore
- E-Mail Address
-
alan.t.bounds.civ@us.navy.mil, jamell.l.kilgore.civ@us.navy.mil
(alan.t.bounds.civ@us.navy.mil, jamell.l.kilgore.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Sole Source Notice -- Diving Chiller Replacement (Redacted) Subj: SOLE SOURCE MEMORANDUM TO ACQUIRE HYPERBARIC CHAMBER HEATING AND COOLING SYSTEM FROM ENGINEERED COOLING SERVICES (Redacted) 1. Identification of the agency and the contracting activity, and specific identification of the document as a �Sole Source Justification.� This is a sole source justification. Contracting activity is the Naval Sea Systems Command, Naval Surface Warfare Center, Panama City Division (NSWC PCD), 110 Vernon Avenue, Panama City, FL 32407-7001 (Contracts Department Code 02). 2. Nature and/or description of the action being approved. This action will award a firm fixed price purchase order, on a sole source basis, to ENGINEERED COOLING SERVICES (ECS), CAGE (3CBK2), 2801 N. Davis HWY, Pensacola, FL 32503, to provide hyperbaric chamber test bath heating and cooling system in support of unmanned and manned diving operations, inside the Experimental Diving Facility hyperbaric chambers at NEDU. 3. A description of the supplies or services required to meet the agency�s needs. (including the estimated value). The contract effort is to acquire the following: This action will award a firm fixed price purchase order to ENGINEERED COOLING SERVICES to provide Experimental Diving Facility (EDF) hyperbaric chamber test bath heating and cooling system removal and replacement, to include two 12.5-ton air cooled chillers and inline heating systems for the Alpha and Bravo hyperbaric chamber test baths. Complete on-site meeting with facility personal to review proposed work Demo out existing chill water piping and dispose of offsite or in selected area provided by base Install new chiller � Model# AGZ002F All new pressure gauges, pressure taps, and temperature gauges will be provided and installed Remove and replace chill water pumps Install new change over valves to operate each chiller to each loop if necessary Install new inline electrical heaters for temperature controls Demo and remove Qty. 2 existing inline heaters for Chillers A & B Install Qty. 2 like in kind inline heaters for Chillers A & B Connect electrical to both heaters All associated controls will be replaced Pressurize and leak check all new piping Charge water systems with the appropriate glycol mixture for desired temperature New insulation to be 2� thick cellular glass on piping, valves and equipment to be insulated with 1� thick flexible elastomeric Insulate and jacket the piping indoors and outdoors PVC jacket indoors (blue) and Aluminum jacket outdoors Modify existing electrical service to support new amp ratings for selected chillers Provide and install two new 12.5-ton air cooled chillers Connect to new controls system Provide a factory start up and check performance data Provide all close out documents and warranty information on all equipment Provide owner and operating training on new equipment and controls system Install BACnet DDC Controls for Two (2) Existing Chillers serving Ark- A, B Install Additional Control for Ark-A, B Temperature Controls Loop Install Additional Monitoring/Integration for One (1) Existing Chiller serving EDF Install Tridium N4 Graphical Webserver and Touchscreen Display Provide as-built control drawings (Redacted) The Government�s minimum needs have been verified by the certifying technical and requirements personnel. This memo does not authorize acquisition for other requirements. (Redacted) 4. Identification of the justification rationale and, if applicable, a demonstration of the proposed contractor�s unique qualifications to provide the required supply or service. 10 U.S.C. 2304(c)(1) [10 U.S.C. 3204(a)(1)], Only one responsible source and no other supplies or services will satisfy agency requirements, FAR 6.302-1(a)(2)(iii). Maintenance of the NEDU hyperbaric dive chamber heating and chilling system and the NEDU Ocean Simulation Facility hyperbaric diving chamber at NEDU, is a highly specialized service. ECS is the current vendor providing for the NEDU hyperbaric diving chamber heating and cooling systems maintenance needs. Since ECS already maintains chillers and associated systems critical to the mission of the NEDU Experimental Diving Facility (EDF), using this contractor will decrease risk of unacceptable delays in fulfilling NEDU�s requirements, because they are familiar with the unique requirements of NEDU�s critical chiller systems which are essential to the qualification of diver�s life support equipment for the U.S. Navy. To use another company unfamiliar with the unique requirements for the system capabilities to include size, piping, speed of heating and cooling, maintaining of temperatures, and specialized control systems needed of these heating and cooling systems for providing certification information to NAVSEA 00C regarding diving and evaluation of diver�s life support equipment will compromise overall performance under the demands of the systems to support critical testing protocols on equipment for Fleet divers. Use of another vendor may change or introduce new parameters such as decrease in capability, incompatible components to the current piping systems and hyperbaric chambers that may damage sensitive pressurized equipment, that may be harmful to all diving systems tested and maintained at NEDU, and negatively affect the diving and life support systems these instruments are vital components thereof. Additionally, use of another vendor will likely compromise the integrity of the integration and compatibility of existing systems; since ECS is responsible for service and maintenance currently under contract N61331-22-P-0178, they are intimately familiar with the requirements to maintain compatibility with current systems so as not to compromise performance. ECS developed the digital control system and interface for NEDU�s Ocean Simulation Facility (OSF) hyperbaric chambers. ECS will build off these already-completed controls and interface, the EDF systems will have matching software and interfaces which reduces system complexity in an effort to eliminate the chance of user error and allows for modularity between systems throughout the Command. Furthermore, current manuals and SOPs can be leveraged by operators; avoiding additional costs to generate, test, and maintain additional documentation that would be developed by an alternate vendor � a single system type, control system, and interface is required for NEDU systems to achieve continuity across all hyperbaric chambers installed therein. Therefore, it is imperative that this particular vendor be used to limit the risk to life and health of the US Navy Divers who depend on this system. As such, the Government does not expect significant savings through competition, due to the additional cost of creating, testing, and maintaining new procedures and manuals, and does expects significant and unacceptable delays that will negatively impact this requirement. Therefore, it is in the Government�s best interest to award on a sole source basis to ECS. 5. A determination by the ordering activity contracting officer that the order represents the best value consistent with FAR 13.106-1(b). The Contracting Officer has determined that the order represents the best value and results in the lowest overall cost alternative (considering price, special features, administrative costs, etc.) to meet the Government�s needs. 6. A description of the market research conducted among schedule holders and the results or a statement of the reason market research was not conducted. For the reasons specified in paragraph 4 above, ECS is the only source that can meet the Government�s needs. (Redacted) 7. Any other facts supporting the justification. None 8. A statement of the actions, if any, the agency may take to remove or overcome any barriers that led to the restricted consideration before any subsequent acquisition for the supplies or services is made. As stated in paragraph 4 above, ECS is the only source that can meet the Government�s needs. Section F - Deliveries or performance F.O.B. 52.247-34 FOB Destination (Nov 1991) Section G 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006 Wide Area Workflow Payment Instructions (Jan 2023) Section I � Contract Clauses 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Jun 2020) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 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) 52.204-27 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) 52.211-15 Defense Priority and Allocation Requirements (Apr 2008) 52.212-4 Contract Terms and Conditions -- Commercial Items (Nov 2023) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items Preselected: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statement (Jan 2017) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) Required: 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Sept 2016) 52.222-50 Combatting Trafficking in Persons (Nov 2021) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (June 2020) 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) 52.222-41 Service Contract Labor Standards (Aug 2018) 52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment � Requirements (May 2014) 52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts For Certain Services--Requirements (May 2014) 52.217-7 Option for Increased Quantity-Separately Priced Line Item (Mar 1989) 52.217-8 Option to Extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran- Representation and Certifications (Jun 2020) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.244-6 Subcontracts for Commercial Products and Commercial Services (Feb 2024) 52.246-4 Inspection of Services (Aug 1996) 52.252-6 Authorized Deviations in Clauses (Nov 2020) 52.245-1 Government Property (Sep 2021) (GFP) 52.245-9 Use and Charges (Apr 2012) (GFP) 52.246-4 Inspection of Services 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov 2021) 52.246-4 Inspection of Services-Fixed-Price (Aug 1996) (Include if we pay for shipping; Origin) 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) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Sep 2022) 252.204-7003 Control of Government Work Product (Apr 1992) 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2019) 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support (Jan 2023) 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation (Dec 2019) 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (May 2021) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications 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) 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors (Jan 2023) 252.223-7008 Prohibition of Hexavalent Chromium (JAN 2023) 252.225-7001 Buy American and Balance of Payments Program (Feb 2024) 252.225-7002 Qualifying Country Sources as Subcontractors (Mar 2022) 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (Jan 2023) 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (Jun 2023) 252.225-7048 Export Controlled Items (Jun 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.232-7017 Accelerating Payments to Small Business Subcontractors�Prohibition on Fees and Consideration (Apr 2020) 252.244-7000 Subcontracts for Commercial Products and Commercial Services (Jan 2023) 252.245-7003 Contractor Property Management System Administration (Apr 2012) (GFP) 252.245-7005 Management and Reporting of Government Property (Jan 2024) (GFP) 252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System (Aug 2016) 252.246-7008 Sources of Electronic Parts (May 2018) 252.247-7023 Transportation of Supplies by Sea (Feb 2019) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) Section K � Representations 2.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation (Jan 2017) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.(Nov 2021) 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction (Feb 2016) 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (May 2022) 52.222-52 Exemption from Service Contract Labor Standards (May 2014) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) Section L - Instructions Conditions and Notices to Bidders 52.212-1 Instructions to Offerors�Commercial Items (Nov 2021) 52.204-7 System for Award Management (Oct 2018) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-22 Alternative Line Item Proposal (Jan 2017) 52.211-14 Notice of Priority Rating (Apr 2008) 52.217-5 Evaluation of Options (July 1990) 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Sep 2019) Section M � Evaluation Factors for Award 52.212-2 Evaluation Commercial Items (Nov 2021) FAR Part 13 Best value, SPRS past performance ratings, price and delivery terms G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) (a) For other than firm fixed priced contract line item numbers (CLINs), the Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the sub line item number (SLIN) or CLIN level, rather than at the total contract/TO level, and to submit invoices reflecting costs incurred at that level. Supporting documentation in Wide Area Workflow (WAWF) for invoices shall include summaries of work charged during the period covered as well as overall cumulative summaries by individual labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of other direct costs (ODCs), materials, and travel, by technical instruction (TI), SLIN, or CLIN level. For other than firm fixed price subcontracts, subcontractors are also required to provide labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced. Supporting documentation may be encrypted before submission to the prime contractor for WAWF invoice submittal. Subcontractors may email encryption code information directly to the Contracting Officer and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the Contracting Officer and COR; or other method as agreed to by the Contracting Officer. (b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and Contracting Officer on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and Contracting Officer email notification as required herein. (End of Text) G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018) (a) The Government reserves the right to administratively substitute any of the points of contact listed below at any time. (b) The contracting officer is the only person authorized to change this contract or orders issued thereunder. The Contractor shall not comply with any order, direction or request of Government personnel - that would constitute a change - unless it is issued in writing and signed by the Contracting Officer or is pursuant to specific authority otherwise included as part of this contract. If, in the opinion of the contractor, an effort outside the existing scope of this contract is requested, the contractor shall promptly comply with the Notification of Changes clause of this contract. (c) The points of contact are as follows: (i) The Procuring Contracting Officer (PCO) is: See page 1, Block 24 (ii) The Contract Specialist is: Name: Alan Tyler Bounds E-mail: Alan.t.bounds.civ@us.navy.mil Phone: (850) 625-1117 The Administrative Contracting Officer (ACO) is: Not Applicable (d) The Contracting Officer�s Representative (COR) is the contracting officer�s appointed representative for technical matters. The COR is not a contracting officer and does not have the authority to direct the accomplishment of effort which is beyond the scope of the contract or to otherwise change any contract requirements. An informational copy of the COR appointment letter, which provides a delineation of COR authority and responsibilities, will be provided upon award of this contract. The Contracting Officer�s Representative (COR) is: Not Applicable (e) The Alternate Contracting Officer�s Representative (ACOR) is responsible for COR responsibilities and functions in the event that the COR is unavailable due to leave, illness, or other official business. The ACOR is appointed by the contracting officer; a copy of the ACOR appointment will be provided upon award of this contract. The Alternate Contracting Officer�s Representative (ACOR) is: Not Applicable (f) The Technical Point of Contact (TPOC) is the contracting officer�s representative for technical matters when a COR is not appointed. The TPOC is responsible for technical issues of contract administration, such as providing all items of Government Furnished Information (GFI), Government Furnished Material (GFM) and Government Furnished Equipment (GFE) if specified in the contract as well as the inspection and acceptance of all contract deliverables. The Technical Point of Contact (TPOC) is: Name: Email: (g) The Alternate Technical Point of Contact (ATPOC) is responsible for TPOC responsibilities and functions in the event that the TPOC is unavailable due to leave, illness, or other official business. The Alternate Technical Point of Contact (ATPOC) is: Not Applicable (h) The Ombudsman will review complaints from the contractors and ensure that all contractors are afforded a fair opportunity to be considered, consistent with the procedures in the contract. The Ombudsman is: Not Applicable (i) The Authorized Ordering Person(s) for Per-Call Maintenance is responsible for issuing and maintaining records for any per-call orders for remedial maintenance placed under this contract. No per-call order shall be placed outside the scope of this contract and the cumulative total of all orders shall not be in excess of any not-to-exceed amount specified in the contract. Per-call orders shall not, in any way, modify any terms and conditions of the contract. (j) The Authorized Ordering Person(s) for Per-Call Maintenance is: Person(s) listed in (f) with approval from persons listed in ( c ) (i) and (ii). (k) The Contractor's point of contact for performance under this contract is: Name: E-mail: Address: See Block 9 Phone (End of Text) G-242-H002 HOURS OF OPERATION AND HOLIDAY SCHEDULE (NAVSEA) (Jul 2021) (a) The policy of this activity is to schedule periods of reduced operations or shutdown during holiday periods. Deliveries will not be accepted on Saturdays, Sundays or Holidays except as specifically requested by the [insert activity name]. All goods or services attempted to be delivered on a Saturday, Sunday or Holiday without specific instructions from the Contracting Officer or his duly appointed representative will be returned to the contractor at the contractor�s expense with no cost or liability to the U.S. Government. (b) The federal Government observes public Holidays that have been established under 5 U.S.C. 6103. The actual date of observance for each of the holidays, for a specific calendar year, may be obtained from the OPM website at OPM.GOV or by using the following direct link: https://www.opm.gov/policy-data-oversight/pay-leave/federal-holidays/. (c) Delayed Opening, Early Dismissal and Closure of Government Facilities. When a Government facility has a delayed opening, is closed or Federal employees are dismissed early (due to severe weather, security threat, security exercise, or a facility related problem) that prevents personnel from working, onsite contractor personnel regularly assigned to work at that facility shall follow the same reporting and/or departure directions given to Government personnel. The contractor shall not direct charge to the contract for such time off, but shall follow parent company policies regarding taking leave (administrative or other). Non-essential contractor personnel, who are not required to remain at or report to the facility, shall follow their parent company policy regarding whether they should go/stay home or report to another company facility. Subsequent to an early dismissal, delayed opening, or during periods of inclement weather, onsite contractors should monitor the OPM website as well as radio and television announcements before departing for work to determine if the facility is closed or operating on a delayed arrival basis. (d) When Federal employees are excused from work due to a holiday or a special event (that is unrelated to severe weather, a security threat, or a facility related problem), on site contractors shall continue working established work hours or take leave in accordance with parent company policy. Those contractor employees who take leave shall not direct charge the non-working hours to the contract. Contractors are responsible for predetermining and disclosing their charging practices for early dismissal, delayed openings, or closings in accordance with the FAR, applicable cost accounting standards, and the company�s established policy and procedures. Contractors shall follow their disclosed charging practices during the contract period of performance, and shall not follow any verbal directions to the contrary. The Contracting Officer will make the determination of cost allowability for time lost due to facility closure in accordance with FAR, applicable Cost Accounting Standards, and the Contractor's established accounting policy and procedures. (e) If you intend to visit the Contracts Office, it is advised that you call for an appointment at least 24 hours in advance. (f) The hours of operation are as follows: AREA FROM TO NSWC-PCD and/or NEDU 0700 1600* (g) All deliveries to the Receiving Officer, (See Delivery Schedule, Section F), shall be made Monday through Friday from 0700 to 1600 local time, unless otherwise specified. Deliveries will not be accepted after 1600. No deliveries will be accepted on federal government holidays. ***Note*** Trucks must gain access to the base prior to 1430. (End of text) G-242-W001 CONTRACT ADMINISTRATION FUNCTIONS (NAVSEA) (OCT 2018) (a) In accordance with FAR 42.302(a) all functions listed are delegated to the ACO except the following items to be retained by the PCO: ALL functions listed will be retained by the PCO. (b) In accordance with FAR 42.302(b), the following additional functions are delegated to the ACO: None (End of Text) L-204-H003 NOTIFICATION OF USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES (NAVSEA) (APR 2019) (a) NAVSEA may use a contractor to manage official contract files hereinafter referred to as ""the support contractor"", including the official file supporting this procurement. These official files may contain information that is considered a trade secret, proprietary, business sensitive or otherwise protected pursuant to law or regulation, hereinafter referred to as �protected information�. File management services consist of any of the following: secretarial or clerical support; data entry; document reproduction, scanning, imaging, or destruction; operation, management, or maintenance of paper-based or electronic mail rooms, file rooms, or libraries; and supervision in connection with functions listed herein. (b) The cognizant Contracting Officer will ensure that any NAVSEA contract under which these file management services are acquired will contain a requirement that (1) The support contractor not disclose any information; (2) Individual employees are to be instructed by the support contractor regarding the sensitivity of the official contract files; (3) The support contractor performing these services be barred from providing any other supplies and/or services, or competing to do so, to NAVSEA for the period of performance of its contract and for an additional three years thereafter unless otherwise provided by law or regulation; and, (4) In addition to any other rights the offeror may have, it is a third party beneficiary who has the right of direct action against the support contractor, or any person to whom the support contractor has released or disclosed Protected Information, for the unauthorized duplication, release, or disclosure of such Protected Information. (c) Submission of a proposal will be considered as consent to NAVSEA's permitting access to any information, irrespective of restrictive markings or the nature of the information submitted, by its file management support contractor for the limited purpose of executing its file support contract responsibilities. (d) NAVSEA may, without further notice, enter into contracts with other contractors for these services. Offerors are free to enter into separate non-disclosure agreements with the file support contractor. Contact the Procuring Contracting Officer for contractor specifics. However, any such agreement will not be considered a prerequisite before information submitted is stored in the files or otherwise encumber the government. (End of Provision) --------------------------------------------------------------------------- All quotes submitted in response to this announcement shall be reviewed if submitted by the close date. RFQ must include supporting documents: Capabilities Statement, Proof of past performance for similar work, and cage code. Email subject line must include Solicitation Number, Vendor Name, and CAGE at beginning of subject line Award will be based on the best value to the government considering price, delivery, quality, and past performance Email quotes to alan.t.bounds.civ@us.navy.mil on or before the closing date and time stated above. The Government will not accept late quotes. The Government will not accept quotes that are partial or incomplete Provide CAGE code and Lead time on your quote. Vendors must be able to invoice through Wide Area Workflow (WAWF). If shipping is not included in the price include a line item for shipping. Vendors must ensure that they have received a response within 2 Business days after quote has been submitted to remain competitive. If no response is received Please Call primary and leave a message. **Review All Attachments Posted Prior to Submission of Quote**
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5679279f1eaa4e66a2fbd4f8c263715c/view)
- Place of Performance
- Address: Panama City Beach, FL 32407, USA
- Zip Code: 32407
- Country: USA
- Zip Code: 32407
- Record
- SN07322558-F 20250126/250124230059 (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 |