Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2018 FBO #6118
SOLICITATION NOTICE

39 -- HazMatID Elite - SOW

Notice Date
8/22/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Office of Naval Intelligence, 4251 Suitland Road, Washington, District of Columbia, 20395-5720, United States
 
ZIP Code
20395-5720
 
Solicitation Number
N0001518PR11543
 
Archive Date
9/13/2018
 
Point of Contact
Nina Albritton, Phone: 3016692418
 
E-Mail Address
nina.albritton@navy.mil
(nina.albritton@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
LSJ Statement of Work The Department of the Navy, Office of Naval Intelligence (ONI) FARRAGUT Technical Analysis Center has a requirement for field-ready handheld material characterization equipment. This requirement is 100% total Small Business set-aside and will be sought for and conducted utilizing Simplified Acquisition Procedures in accordance with FAR Part 13. The North American Industry Classification (NAICS) Code is 541990. Reference (2) enclosures, Statement of Work (SOW) and Limited Source Justification (LSJ) for further information. ONI is seeking a discount from the vendor schedule prices pursuant to FAR 8.404(d). The Government will evaluate the quotes received. The evaluation factor is as follows: Award will be made based on the lowest price technically acceptable quote. Additionally, the Government will consider multiple awards if deemed most advantageous. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Responses are due not later than 29 August 2018, at 10:00AM EST and shall be submitted via email to nina.albritton@navy.mil. Offerors must be registered in System for Award Management (SAM) formally known as Central Contractors Registration (CCR) database to receive a contract award. Information and registration is available at www.SAM.gov. Note: The following clauses shall be incorporated into and made a part of the resultant contract award. FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, 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; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.239-7010, Cloud Computing Services; 252.239-7018, Supply Chain risk; 252.246-7008, Sources of Electronic Parts; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4bfbc3f3b4ce3b4cf0f9fb0e772ddd99)
 
Place of Performance
Address: Suitland, Maryland, 20395, United States
Zip Code: 20395
 
Record
SN05051482-W 20180824/180822231536-4bfbc3f3b4ce3b4cf0f9fb0e772ddd99 (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.