SOLICITATION NOTICE
G -- CREDO Program and Retreat Facilitator
- Notice Date
- 8/26/2020 2:55:12 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 813110
— Religious Organizations
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- N0018920Q0564
- Response Due
- 9/4/2020 8:00:00 AM
- Archive Date
- 09/19/2020
- Point of Contact
- Joseph Mulherin, Phone: 7574431381
- E-Mail Address
-
Joseph.mulherin@navy.mil
(Joseph.mulherin@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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 found at FAR 13, supplemented with the additional information included in this notice. This synopsis SHALL be posted to Beta Sam (https://beta.sam.gov/). The RFQ number is N0018920Q0564. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-00 and DFARS Publication Notice 20180629. 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 813110 and the Small Business Standard is $8 million. This requirement is set aside for small businesses. The NAVSUP Fleet Logistics Center Norfolk (FLCN), Norfolk, VA 23511-3392 intends to negotiate a firm-fixed-price (FFP) contract CREDO program and retreat facilitation services for a one-year base period and an additional one-year option period. All responsible sources may submit a quotation which shall be considered by the agency. A complete Request for Quote (RFQ) package will be available for downloading at the Beta SAM Website: https://beta.sam.gov/ on or about 26 April 2020. Potential vendors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available for download at the above web site. The office will no longer issue hard copy solicitations. By submitting a quote, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the quote. Through its submission, the vendor acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for award to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make a vendor ineligible for award. Vendors may obtain information on registration and annual confirmation requirements by calling 1-999-227-8220, or via the Internet at http://www.sam.gov/portal/public/SAM/. Please direct all questions regarding this requirement to Joseph Mulherin at joseph.mulherin@navy.mil. The requested period of performance for the base period is 26 September 2020 to 25 September 2021. Performance will be within a 60-mile radius of Washington Navy Yard. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. This announcement will close at 11:00 AM (EST) on 04 September 2020. Contact Joseph Mulherin who can be reached at joseph.mulherin@navy.mil or 757-345-9870. All responsible sources may submit a quote which shall be considered by the agency. 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, payment terms, and any other information requested in the solicitation. No quotes will be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/18a782aee1d2475fb10224de942f7c4b/view)
- Place of Performance
- Address: DC, USA
- Country: USA
- Country: USA
- Record
- SN05774072-F 20200828/200826230155 (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 |