Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 15, 2017 FBO #5866
SOLICITATION NOTICE

V -- Relocation of tensioned fabric structures.

Notice Date
12/13/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018918Q0061
 
Response Due
12/18/2017
 
Archive Date
2/18/2018
 
Point of Contact
Stacey Dixon 7574432104
 
Small Business Set-Aside
Total Small Business
 
Description
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 both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N0018918Q0061. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-96 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 811310 and the Small Business Standard is 7.5 million. This is a small business set-aside. The Small Business Office concurs with the set-aside decision. NAVSUP Fleet Logistics Center requests responses from qualified sources capable of providing: The relocation of (2) Tensioned Fabric Structures as required by Assault Craft Unit Four. The Command would like the two tensioned fabric structures to be de-tensioned and removed. The steel frame must be disassembled, moved to comply with UFC Fire Protection Code, and reassembled. ITEMDescriptionQuantity 0001Relocation of a 15x56x12 Single Tube Shelter1 each 0002Relocation of a 75x86x23 24 Bi Beam Shelter1 each Period of performance is 28 December 2017-27 January 2018; Place of Performance is Virginia Beach, Virginia (JEB Little Creek/Fort Story Base). Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Please review the following applicable attachments: I.Statement of Work II.Combined Synopsis/Solicitation III.Wage Determination This announcement will close at 11:00a.m Eastern Time on December 18, 2017. Contact Stacey Dixon who can be reached at 757-443-2104 or email stacey.dixon@navy.mil. 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. The basis of award will be determined by price and determination of responsibility. Award will be made to the lowest priced quoter that meets the requirements of the Statement of Work. 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. Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018918Q0061/listing.html)
 
Record
SN04765731-W 20171215/171213231223-867a58f2b42c527fb0980f1543da082d (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.