Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 06, 2025 SAM #8532
SOLICITATION NOTICE

J -- MK VI Storage Laydown and Maintenance Support Services

Notice Date
4/4/2025 2:46:43 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
W7NF USPFO ACTIVITY MIANG CRTC ALPENA MI 49707-8172 USA
 
ZIP Code
49707-8172
 
Solicitation Number
W50S8625QA005
 
Response Due
4/7/2025 8:00:00 AM
 
Archive Date
04/22/2025
 
Point of Contact
Timothy D. Frasier, Phone: 9893546283, Thomas B. Emery, Phone: 9893546297
 
E-Mail Address
timothy.frasier@us.af.mil, thomas.emery.2@us.af.mil
(timothy.frasier@us.af.mil, thomas.emery.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
**DUE TO AN UNPRECEDENTED WEATHER EVENT THAT RESULTED IN SIGNIFICANT OUTAGES, THIS SOLICITATION IS AMENDED TO EXTEND THE CLOSING. THE PURPOSE OF THIS AMENDMENT IS TO EXTEND THE SOLICITATION CLOSE BY 7 DAYS FROM 7 APRIL 2025 AT 11:00 LOCAL TIME TO 14 APRIL 2025 AT 11:00 LOCAL TIME. ALL OTHER TERMS AND CONDITIONS OF THE SOLICITATION REMAIN UNCHANGED. Questions have been recieved. Answers to questions will be posted as soon as possible.** Questions Due: 3:00 PM local time, 31 March 2025 Quotes Due: 11:00 AM local time, 14 April 2025 (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (II) Solicitation W50S8625QA005 is issued as a Request for Quote (RFQ). Quotes valid for 90 Days after solicitation close are requested. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2025-03. (IV) This requirement is issued as a 100% Small Business set aside. The associated NAICS code for this acquisition is 336611. Small business size standard is 1,300 EMP. (V) Quotes must provide line-item breakdown for all CLINS. Any associated equipment and installation must be included in price. All CLINS must be priced. See SF1449 for CLIN Structure and unit of measure. (VI) Description of Requirement: The contractor shall provide all personnel, equipment, tools, materials, supervision, utilities, and quality control necessary, to provide towing, lifting, laydown, storage, and maintenance support required for three (3) MKVI Patrol Boats listed below and in Technical Exhibit 1. Services shall be performed at Contractor�s facilities. The vessels are currently located at a shipyard (as identified in the Description of Service) in, Norfolk, VA. Contractor will be responsible for transportation from current location to awarded Contractor�s facility. ** SEE ATTACHED DESCRIPTION OF REQUIREMENT FOR FULL REQUIREMENT** The estimated period of performance for these services will begin 1 May 2025 for an estimated period of one (1) to four (4) months. Services will be billed monthly and end when services are no longer being rendered. Actual period of performance may change based on award date. The period of performance will include two (2), one-month option periods. (VII) Services will occur at the Contractor's Facility. (VIII) The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this solicitation. (IX) Quotes will be evaluated for conformance with the requirements of this solicitation and the ability of vendor to meet the requirement. The Government intends to award a purchase order based upon the quote which represents the best value to the Government. The Government shall evaluate the offerors pricing to determine fair and reasonable pricing using one or more of the price analysis techniques in FAR 13.106-3(a)(2). The government intends to make award without discussions. However, the government reserves the right to conduct discussions if necessary. (X) Offerors are to include a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications � Commercial Items with their offer. This can be completed electronically at https://sam.gov/. (XI) The clause FAR 52.212-4, Contract Terms and Conditions�Commercial Products and Commercial Services in its latest edition applies to this solicitation. (XII) The following Clauses/Provisions in their latest editions apply to this acquisition: **SEE ATTACHED SF1449 FOR FULL TERMS AND CONDITIONS OF THE SOLICITATION, EVALUATION PROCEDURES, AND BASIS FOR AWARD** (XIII) RESERVED (XIV) RESERVED (XV) All information relating to this solicitation, including, changes/amendments, questions and answers, will be posted on the following website: http://www.sam.gov. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the http://www.sam.gov web site. They will be contained in the in a document titled �Questions and Answers�. Offerors are requested to submit questions to the email addresses noted below not later than, 3:00 PM local time, 31 March 2025. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in System for Award Management (http://www.sam.gov). Quotes shall be submitted via email to MSgt Timothy Frasier, timothy.frasier@us.af.mil -AND- MSgt Thomas Emery, thomas.emery.2@us.af.mil by 11:00 AM local time, 7 April 2025. All responsible sources may submit a response, which, if timely received, will be considered by the agency. (XVI) Point of Contact for this solicitation is MSgt Timothy Frasier at timothy.frasier@us.af.mil, and MSgt Thomas Emery at thomas.emery.2@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cac1c34982344adb82eae2ed247bc013/view)
 
Place of Performance
Address: Virginia Beach, VA 23459, USA
Zip Code: 23459
Country: USA
 
Record
SN07397978-F 20250406/250404230049 (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.