Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
SOLICITATION NOTICE

41 -- Procure and Deliver Eight Refrigerators - Statement of Work

Notice Date
12/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Mid-Atlantic Regional Maintenance Center - N50054, PO Box 215, Building 51, 2nd Floor, Portsmouth, Virginia, 23705-0215, United States
 
ZIP Code
23705-0215
 
Solicitation Number
N5005418T0006
 
Archive Date
1/5/2018
 
Point of Contact
Charles Clark, Phone: 7574000332, Spencer Scroggins, Phone: 757-400-0318
 
E-Mail Address
Charles.Clark@navy.mil, spencer.t.scroggins@navy.mil
(Charles.Clark@navy.mil, spencer.t.scroggins@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
USS LEYTE GULF CG-55 Refrigerator Procurement. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in 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 FEDBIZOPPS. The RFQ number is N5005418T0006. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Publication Notice 20161222. 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/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 333415 and the Small Business Standard is 1,250. This requirement is 100% Small Business set-aside. The Mid-Atlantic Regional Maintenance Center requests responses from qualified sources capable of performing the attached Statement of Work. NOTE: See attached Statement of Work for requirement details Quotes Due: No later than 21 December, 2017 @ 10:00 A.M Eastern Time Delivery Date: On or before March 08, 2018 Delivery Location: DLA Distribution Norfolk RMC PROJ Bunker Hill Towaway Bldg. X139 Norfolk, VA 23511. ATTN Cheryl Harris Phone number (757) 705-3855 The following FAR provisions and clauses are applicable to this procurement: 52.202-1 Definitions 52.204-7 System for Award Management 52.204-13 SAM Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.212-1 Instructions to Offerors 52.212-2, Evaluation 52.212-3 Alt I Offeror Reps and Certs 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items •- 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations •- 52.233-3 Protest After Award •- 52.233-4 Applicable Law for Breach of Contract Claim •- 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards •- 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment •- 52.219-6 Notice of Total Small Business Set-Aside •- 52.219-28 Post Award Small Business Program Representation •- 52.222-3 Convict Labor •- 52.222-6 Construction Wage Rate Requirements •- 52.222-19 Child Labor-Cooperation with Authorities and Remedies •- 52.222-21 Prohibition of Segregated Facilities •- 52.222-26 Equal Opportunity •- 52.222-36 Affirmative Action for Workers with Disabilities •- 52.222-50 Combating Trafficking in Persons •- 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving •- 52.225-13 Restriction on Foreign Purchases •- 52.232-33 Payment for Commercial Items 52.222-22 Previous Contracts and Compliance Reports 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-1 Site Visit 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.209-7004 Subcontracting w/ Firms...Terrorist Country 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American Act & Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.246-7000 Material Inspection and Receiving Report 252.247-7023 Transportation of Supplies by Sea Evaluation Factors: FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and technical capability. The relative importance of factors is as follows technical capability is more important than price. 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, GSA contract number if applicable, business size, and payment terms. Quotes over 5 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. This announcement will close at 10:00a.m on 21 December, 2017. Contact Charles Clark at phone number: 757-400-0332 or by email at Charles.Clark@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a9cb3bf8e507bdb71aa81fb4d66886bb)
 
Record
SN04758748-W 20171208/171206231220-a9cb3bf8e507bdb71aa81fb4d66886bb (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  © 1994-2020, Loren Data Corp.