Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 06, 2020 SAM #6764
SOLICITATION NOTICE

45 -- PLUMBING COMPONENTS

Notice Date
6/4/2020 11:29:47 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332919 — Other Metal Valve and Pipe Fitting Manufacturing
 
Contracting Office
W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-20-P-0130
 
Response Due
6/9/2020 12:00:00 PM
 
Archive Date
11/07/2020
 
Point of Contact
MAVERICK SIRAGUSA, Phone: (508) 206-2005, Eileen Emond, Phone: (508) 206-2036
 
E-Mail Address
maverick.c.siragusa.civ@mail.mil, eileen.emond.civ@mail.mil
(maverick.c.siragusa.civ@mail.mil, eileen.emond.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Department of the Army, ACC-APG, Natick Contracting Division, Natick, MA intends to purchase plumbing components to support the production of twelve (12) Field Sanitation Center 3 systems at the Combat Capability Development Center (CCDC).� See attached spreadsheet for list of Contract Line Item Numbers (CLINS).� Sole make/model is required for CLINS 0001 - 0025.� No substitutes.� For items noted �or equivalent�, offerors shall submit complete product specification sheets when proposing �or equivalent� items.� This is a combined synopsis and solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. Request For Quotation (RFQ) number is W911QY-20-Q-0130. �A firm fixed price type purchase order IAW FAR Part 13 is anticipated.� NAICS Code is 332919, Size Standard is 750 employees.� This requirement is 100% small business set aside.� NCD SBA has concurred with this decision.� Timely offers will be considered. �Contractors must be registered in the System for Award Management (SAM) to be eligible for award.� In accordance with DFAR Clause 252.211-7003, Unique Item Identifier (UID) applies if the proposed unit price is $5,000 or greater.� The UID information must be submitted in Wide Area Work Flow (WAWF) and a UID tag must be affixed to this item prior to shipping.� Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. FAR 52.212-1 Instructions to Offerors--Commercial Items applies. Evaluation will be in accordance with FAR 52.212-2 Evaluation--Commercial Items. Evaluation factors are technical capability, past performance, and price.� Each is equally important.� FAR 52.212-4, Contract Terms and Conditions--Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, and DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply. The following addenda or additional terms and conditions apply: 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003) and 52.219-14 Limitations on Subcontracting. �Required delivery is 30 days ARO.� Inspection and Acceptance by Government at Natick, MA.� Shipping will be F.O.B. Destination Natick, MA.� Offers must be received by 3:00 p.m. eastern time on 07 May 2020 and shall be submitted via e-mail to Maverick Siragusa.� All inquiries regarding this combined synopsis/solicitation shall be submitted to Maverick Siragusa and Eileen Emond with the solicitation number in the subject line.� Offers received after this date are considered late.� For further information on this requirement contact Maverick Siragusa at 508-206-2005, maverick.c.siragusa.civ@mail.mil or Eileen Emond at 508-206-2036, eileen.emond.civ@mail.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/677baccbcfc244e7ad5693147760e8fb/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05680790-F 20200606/200604230156 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.