Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2017 FBO #5718
SOLICITATION NOTICE

J -- CPO MESS REHAB

Notice Date
7/18/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811420 — Reupholstery and Furniture Repair
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018917Q0164
 
Response Due
8/7/2017
 
Archive Date
2/7/2018
 
Point of Contact
Luis Torres 757-443-1431 William Spencer
 
E-Mail Address
3-1391
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The internal RFQ number is VN0018917Q0164. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 (effective 19 January 2017) and DFARS Publication Notice 20161222 (effective 22 December 2016). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 811420 and the Small Business Standard is $7.5M. The proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside determination. The Government intends to award a Firm Fixed Price (FFP) contract action from this solicitation. The Fleet Logistics Center Norfolk requests responses from qualified sources capable of providing all labor and materials labor for Repairs and Renovation of USS MASON (DDG-87) CPO Mess area. For complete details of work requested, please refer to attached Statement of Work (SOW). If SOW will not download, contact William Spencer via email and a copy will be provided. A MANDATORY site visit is scheduled for 9 AM EST TUESDAY JULY 25, 2017 at the following location: USS MASON, Norfolk Naval Station; Pier 1, Berth 5, Norfolk VA 23511. All vendors are required to have Pier access. All vendors interested in attending the site visit must contact the Contract Specialist by email at Luis.j.torres@navy.mil or William.p.spencer@navy.mil NO LATER THAN 10 AM EST MONDAY JULY 24, 2017 to provide their company name, name of representative that will be attending the site visit and contact number for the representative. Any questions may be asked at the site visit. All additional questions after the site visit must be submitted in writing by email NO LATER THAN 12 PM EST WEDNESDAY JULY 26, 2017. Vendors not present for the site visit will not be considered. Period of Performance: 15 AUG 2017 to 30 DEC 2017. Please review the following applicable attachments: I: STATEMENT OF WORK II: COMBINED SYNOPSIS/SOLICITATION III. WAGE DETERMINATION This announcement will close at 10 AM EST ON MONDAY AUGUST 7, 2017. All responsible sources may submit a quote to William Spencer who can be reached at 757-443-1391 or email william.p.spencer@navy.mil NO LATER THAN 10 AM EST MONDAY AUGUST 7, 2017. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, business size, and payment terms. The quote shall explicitly confirm that the quoter can meet all of the Technical Requirements and provide all of the Deliverables within the Period of Performance, as specified in the attachment, Performance Work Statement. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018917Q0164/listing.html)
 
Place of Performance
Address: MHI Shipyard; Berth 1
Zip Code: 501 Claremont Ave
 
Record
SN04584233-W 20170720/170718235137-6085cc974031c212a3168402592dc2ff (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.