Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 08, 2020 SAM #6796
SOLICITATION NOTICE

D -- New Amendment for Switch Maintenance

Notice Date
7/6/2020 2:07:31 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
COMMANDING OFFICER TMO BEAUFORT SC 29904-5010 USA
 
ZIP Code
29904-5010
 
Solicitation Number
M0026320Q0026
 
Response Due
7/9/2020 8:00:00 AM
 
Archive Date
07/24/2020
 
Point of Contact
Terrence W. Wideman, Phone: 8432283258, Charles R. Small, Phone: 8432282151
 
E-Mail Address
terrence.wideman@usmc.mil, rodney.c.small@usmc.mil
(terrence.wideman@usmc.mil, rodney.c.small@usmc.mil)
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial service 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. Solicitation number M0026320Q0026 is issued as a request for proposal (RFQ) using the commercial procedures in accordance with FAR Part 12. The Source Selection procedures are in accordance with FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 and DFARS Publication 20190215. The Regional Contracting Office, Marine Corps Recruit Depot- Parris Island, SC intends to solicit and award a Firm Fixed Price contract for Switch Maintenance. �This solicitation is issued as a� 100% Small Business Set Aside acquisition.� The North American Industrial Classification System (NAICS) code for this requirement is 811213� with a size standard of $11 million. All applicable Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are contained in SF1449 M0026320Q0026 attached to this synopsis.� Offerors responding to this announcement shall submit their quotes in accordance with FAR Part 12 and Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition .� This procurement is being conducted under FAR Parts 12 and 13.� The NAICS code for this procurement is 811213 with a size standard of $11 million. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price, past performance, and other factors considered. The following factors shall be used to evaluate quotations:� Price; Past Performance:� The apparent successful, prospective contractor must have satisfactory or neutral past performance.� Past Performance shall be evaluated in accordance with FAR 13.106-2. The Supplier Performance Risk System (SPSR) application (https://www.sprs.csd.disa.mil) will be used in the evaluation of suppliers� past performance in accordance with DFARS 213.106-2(b)(i). Other Factors: Contractor�s quoted supplies or services shall, at a minimum,� meet the salient characteristics, specifications, deliverables, or performance requirements outlined in the solicitation. In accordance with FAR 13.106-2(b)(3), the government will conduct a comparative evaluation of quotations based on price and other non-price factors.� The Government will first eliminate unacceptable quotations; the remaining quotations will be arranged from lowest price to the highest price.� If there are more than two (2) quotes, the Government will conduct a comparative assessment of at least the two (2) lowest price quotes.� The award will be made to the offeror�s whose quote is determined to have both a fair & reasonable price and to be the most advantageous to the Government.� Technical - Contractors must address amd meet each specification and each deliverable in the solicitation.� Past Performance -The apparent successful, prospective contractor shall have satisfactory past performance.� Past Performance shall be evaluated in accordance with FAR 13.106-2.�� In accordance with DFARS 213.106-2, the Supplier Performance Risk System (SPRS), at https://www.ppirssrng.csd.disa.mil, shall be considered as part of the past performance evaluation process. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer.� Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.� All other additional contract requirement for this acquisition can be found in the attached SF 1449 The closing date and time for this solicitation is �09�July 2020 at 11:00 AM (EST). Any/all questions on this RFQ shall be received by this office No later than 07 July 2020 at 12:00 PM (EST) The primary point of contact for this solicitation is Terrence Wideman (terrence.wideman@usmc.mil)-843.228.3258, and Rodney Small (rodney.c.small@usmc.mil) -843.228.2151.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2c73733c62cf4a97ba682768a42865aa/view)
 
Place of Performance
Address: Parris Island, SC 29905, USA
Zip Code: 29905
Country: USA
 
Record
SN05711849-F 20200708/200706230147 (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  © 1994-2020, Loren Data Corp.