Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 12, 2025 SAM #8538
SOLICITATION NOTICE

59 -- DC Gear

Notice Date
4/10/2025 3:28:14 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
SUP OF SHIPBUILDING GROTON GROTON CT 06340-4990 USA
 
ZIP Code
06340-4990
 
Solicitation Number
N6278925Q0011
 
Response Due
4/25/2025 2:00:00 PM
 
Archive Date
05/10/2025
 
Point of Contact
Stephanie Brass, Phone: 8604339738, Stephanie Neale, Phone: 8604333709
 
E-Mail Address
stephanie.m.brass.civ@us.navy.mil, stephanie.l.neale.civ@us.navy.mil
(stephanie.m.brass.civ@us.navy.mil, stephanie.l.neale.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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; proposals are being requested, and a written solicitation will not be issued. Solicitation Number N62789-25-Q-0011 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC-2025-3 dated 17 January 2025. This is a 100% small business set-aside. NAICS Code: 314999, size standard: 550. CLIN 0001: Contractor shall provide Twenty (20) SuperPass 5 �Stand Alone Audio Pass, NFPA Compliant � Intrinsically Safe standalone PASS, 30 second motion and Temperature sensing � auto on activation. Identified as part number SP5-H-A manufactured by Grace Industries, Inc. CLIN 0002: Contractor shall provide one (1) S5T5DLC-1 Custom Grace USB Data Download Cable, identified as part number S5T5SLC-1, manufactured by Grace Industries CLIN 0003: Contractor shall provide seven (7) Teledyne-Flir brand Model K45 handheld, Battery powered Naval Firefighting Thermal Imager (NFTI). CLIN 0004: The Contractor shall Deliver/Ship to (FOB Destination). Delivery must be accomplished between Monday - Friday between 0700 and 1330 EST. Please provide a quote for total shipping costs. Delivery location is as follows: Naval Submarine Base New London Groton, CT 06349-5000 M/F: Jim Crudden Phone: 860-694-2424 Pricing should be indicated as follows: CLIN0001 Quantity X Price = Total line cost CLIN0002 Quantity X Price = Total line cost CLIN0003 Quantity X Price = Total line cost CLIN0004 Shipping = Total line cost CLIN1 + CLIN2 + CLIN3 + CLIN4 = Contract total The Government will evaluate the total offers for award purposes by adding the total price for all line items. Evaluation of all line items will not obligate the Government to award all line items. The Government intends to evaluate proposals and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. All line items must be NAME BRAND manufactured by Grace Industries, Inc. Proposals are due prior to 5:00PM EST, 25 April 2025. Late submissions will not be accepted. Offers should be submitted via electronic commerce. The electronic address for receipt of offers is: Stephanie.m.brass.civ@us.navy.mil and stephanie.l.neale.civ@us.navy.mil. Offerors should identify the RFQ number in the Subject Line of the email. Offerors are advised to submit electronic documents early and confirm successful transmission/receipt. The System for Award Management (SAM) is a government-maintained database of companies wanting to do business with the Government. A firm must register and be active in SAM to receive a federal award. Register at: https://sam.gov/SAM/pages/public/index.jsf. The Government reserves the right to award one line, all line items or any combination thereof. If multiple line items are awarded, costs/prices for each line item will be totaled and award amount will be based on that total. Award will be made to the responsible offeror whose offer, conforming to the solicitation, is determined to be the best overall value, price and delivery factors considered. In determining the best overall response, the combined cost/price factors are more important than the non-cost/price factor; however, delivery date is a significant factor. The Government may select for award the offeror whose price is not necessarily the lowest, but whose technical proposal is more advantageous to the Government and warrants the additional cost. Offerors must satisfy the requirements described in the performance criteria, as well as other RFQ requirements. Offers that take exception to any performance criteria are unacceptable.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/03ce6b5dc3854d9c94a0fa1d64cd21fb/view)
 
Place of Performance
Address: Groton, CT 06340, USA
Zip Code: 06340
Country: USA
 
Record
SN07405095-F 20250412/250410230108 (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.