Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2025 SAM #8461
SOLICITATION NOTICE

P -- Metal Shed Dismantle

Notice Date
1/24/2025 1:05:49 PM
 
Notice Type
Solicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
PEARL HARBOR NAVAL SHIPYARD IMF PEARL HARBOR HI 96860-5033 USA
 
ZIP Code
96860-5033
 
Solicitation Number
N32253-25-Q-0008
 
Response Due
1/29/2025 2:00:00 PM
 
Archive Date
02/13/2025
 
Point of Contact
Jodie Tramuto, Lyndon Paloma
 
E-Mail Address
jodie.l.tramuto.civ@us.navy.mil, lyndon.g.paloma.civ@us.navy.mil
(jodie.l.tramuto.civ@us.navy.mil, lyndon.g.paloma.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
UPDATED SOLICITATION AMENDMENT **NOTE � Clause 52.2347-1 Site Visit has been added. A Site Visit for the Metal Shed Disposal is now scheduled for Wednesday, January 22, 2025 at 9:00am on Joint Base Pearl Harbor Hickam. All interested parties for the site visit must email name and contact information to both the primary and secondary points of contact by Friday, January 17, 2025 at 9:00am. Quote due date has been changed to 1/29/2025 at 12:00pm. ---------- Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) is a US Navy regional industrial center that maintains, overhauls and repairs various vessels of the US Navy. Its industrial operations provide the US naval forces with a wide range of services and resources located on the island of Oahu, Hawaii, with direct and indirect support to submarines, surface vessels and shore based activities in the Pacific. PHNSY & IMF seeks a contractor that is qualified to perform the dismantling and packaging of a 20� x 26� x 11�4� high metal storage shed. The schedule of the dismantling and packaging of the metal shed shall be determined by the Government representative and coordinated with the contractor. Additional details and specifications can be found in the attached Performance Work Statement (PWS). The period of performance for this service is 3/3/2025 to 3/28/2025. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 238910; the size standard for this NAICS is $19 Million. Product Service Code is P500 Salvage � Demolition of Structures / Facilities (other than buildings). Please note the following: The solicitation number for this requirement is N32253-25-Q-0008. Quotes are due no later than Wednesday, 1/29/2025 at 12:00 pm HST. Quotes must be sent via email to both the primary and secondary points of contact. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov) by the award date. The solicitation document and incorporated provisions and clauses will be those in effect through Federal Acquisition Circular (FAC) 2025-02, DFARS 12/18/2024, and NMCARS 18-22. In order to evaluate Technical Capability, the Offeror is required to submit a detailed written technical proposal (not to exceed 3 pages) that clearly demonstrates thorough knowledge and understanding of, and approach to, accomplishing each paragraph listed in the PWS and solicitation requirements. Non-conformance will deem an Offeror ineligible. All quotation submissions need to include completion of FAR 52.204-24, 52.204-26, and 52.212-3. The Offeror shall submit all pages of the SF 1449 with blocks 17a.and 30a.-30c. (SF 1449 page 1) and CLIN information (0001- SF 1449 pages 3) completed�submission of a signed offer to the Government constitutes agreement and acceptance of the solicited terms and conditions. The Government may revise the solicitation at any time by means of an Amendment. It is an offeror�s responsibility to ensure it is accessing the Government Point of Entry (GPE) website, https://sam.gov/, to view potential amendments and procurement notifications for this solicitation. Submit an itemized breakdown of price quote that clearly and concisely describes and defines the contractor�s response to the requirements contained in the solicitation. If required, travel costs including airfare, lodging, rental car, per diem, shall be included. Travel shall be in accordance with current Department of Defense (DoD) Joint Travel Regulations and Federal Acquisition Regulations (FAR) 31.204-46. Travel receipts shall be, provided upon request. Contract award will be in accordance to 52.212-2 as stated in the solicitation. All questions regarding solicitation N32253-25-Q-0008 shall be submitted in writing via email to the listed POCs. Questions are due 1/23/2025 11:00AM HST.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/56d26220d156448c9fc5ba21f83d2d0e/view)
 
Place of Performance
Address: JBPHH, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN07322593-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 |
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.