Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2020 SAM #6873
SOLICITATION NOTICE

J -- Repair Services for 450kw Mobile Cart Manipulator

Notice Date
9/21/2020 3:43:31 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NORFOLK NAVAL SHIPYARD GF PORTSMOUTH VA 23709-5000 USA
 
ZIP Code
23709-5000
 
Solicitation Number
N4215820QS080
 
Response Due
9/23/2020 8:30:00 AM
 
Archive Date
09/23/2020
 
Point of Contact
Pascal Nkengla, Phone: 7573960590
 
E-Mail Address
pascal.nkengla@navy.mil
(pascal.nkengla@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with�FAR�Part 13�Simplified Acquisition Procedures (SAP). This announcement constitutes the only solicitation; a written solicitation will not be issued. The RFQ number is N415820QS080. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-09 and the DFARS Change notice 20200831. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. This synopsis/solicitation incorporates one or more solicitation provisions and contract clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Interested parties are cautioned that the listed provisions may include blocks that must be completed and submitted. The full text of some provisions and clauses may be accessed electronically at this address: https://www.acquisition.gov/. The NAICS code�is 811310 and the small business standard is $8M. The PSC for this requirement is J099.�The proposed requirement is 100% set aside for small business. This�proposed firm fixed price (FFP) contract action is for commercial repair services for which the Government intends to solicit and contract with only one source, Willick Enterprises, Inc., under the authority of FAR 13.106-1(b)(1)(i). Please review the attached performance work statement. Interested parties may identify their interest, capability to respond to the requirement, and submit quotes. This notice of intent is not a request for competitive quotes. Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Planned Period of Performance (POP):� 28 September 2020 through 27 November 2020 Shipping term shall be FOB Destination.�� System for Award Management (SAM): Interested parties must be registered in the SAM database to be considered for award. Registration can be completed on-line at http://sam.gov/. All quotes must adhere to the following: Quotes must be submitted in either Microsoft Word, Excel spreadsheet or Adobe PDF. Quotes must include (i) price(s), (ii) FOB Destination, (iii) a point of contact, name and phone number, (iii) business size, and (iv) payment terms. Quotes must be accompanied by a representation of the vendors current status in meeting the standard of Section 889(a)(1)(B). This representation must be completed by completing the pertinent representations within the attached document titled �Representation�. Complete all clauses, as applicable, within said attachment (FAR 52.212-3 Alt I, FAR 22.1003-4(d)(2)(vii) Certification, FAR 52.204-24, FAR 52.204-26, DFARS 252.204-7016, and DFARS 252.204-7017). When making your representation, you will also need to state that you (or the person making the representation) are authorized by your company to make this representation. Pertaining to FAR 52.204-24, if your company replies �will� in paragraph (d)(1) or �does� in paragraph (d)(2), you are required to provide the additional information in paragraph (e)(1) or e(2) respectively, of the provision. Quotes must clearly indicate the capability of the vendor to meet all specifications and requirements in the attached Performance Work Statement. Include a separate and detailed (unpriced) capabilities statement for review and acceptance by the Technical POC. Award will be made based on the best value to the Government. Responses to this solicitation are due by 11:30 am EST on 23�September 2020. Email quotes to pascal.nkengla@navy.mil. Quotes shall be valid for sixty (60) days (at minimum). Attachment 1: Performance Work Statement Attachment 2: Representation The following provisions and clauses are applicable to this procurement (supplementary provisions and clauses may be added prior to award): 52.203-18��������������� Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017) 52.204-7� ��������������� System for Award Management (Oct 2018) 52.204-13��������������� SAM Maintenance (Oct 2018) 52.204-16��������������� Commercial and Government Entity Code Reporting (Aug 2020) 52.204-18��������������� CAGE Maintenance (Aug 2020) 52.204-22��������������� Alternative Line Item Proposal (Jan 2017) 52.204-24��������������� Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) 52.204-26��������������� Covered Telecommunications Equipment or Services-Representation (Dec 2019) 52.212-1� ��������������� Instructions to Offerors (Jun 2020) (Dev 2018-O0018) 52.212-3 Alt I��������� Offeror Reps and Certs (Aug 2020) 52.212-4� ��������������� Contract Terms and Conditions--Commercial Items (Oct 2018) 52.212-5����������������� Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2020) (4)���������� 52.204-10��������������� Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (8)���������� 52.209-6� ��������������� Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jun 2020) (22)�������� 52.219-28��������������� Post Award Small Business Program Rerepresentation (May 2020) (27)�������� 52.222-3� ��������������� Convict Labor (Jun 2003) (28)�������� 52.222-19��������������� Child Labor--Cooperation with Authorities and Remedies (Jan 2020) (29)�������� 52.222-21��������������� Prohibition of Segregated Facilities (Apr 2015) (30)�������� (i) 52.222-26���������� Equal Opportunity (Sep 2016) (32)�������� (i) 52.222-36���������� Equal Opportunity for Workers w/ Disabilities (Jun 2020) (35)�������� (i)52.222-50����������� Combating Trafficking in Persons (Jan 2019) (44)�������� 52.223-18��������������� Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020) (51)�������� 52.225-13��������������� Restriction on Foreign Purchases (Jun 2008) (57)�������� 52.232-33��������������� Payment by Electronic Funds Transfer - SAM (Oct 2018) (c) ���������� PARAGRAPH (c) OF 52.212-5--Applies To Commercial Services ���������� (2)���������� 52.222-41��������������� Service Contract Labor Standards (Aug 2018) (3)���������� 52.222-42��������������� Statement of Equivalent Rates� (May 2014) (8)���������� 52.222-55��������������� Minimum Wages Under Executive Order 13658 (Dec 2015) (9)���������� 52.222-62��������������� Paid Sick Leave Under Executive Order 13706 (Jan 2017) (e)(1)(xiv) (A) 52.222-50��������� Combating Trafficking in Persons (Jan 2019) (end of 52.212-5) 52.219-6� ��������������� Notice of Total Small Business Set-Aside (DEVIATION 2020-O0008) (Mar 2020) 52.222-41��������������� Service Contract Labor Standards (Aug 2018) 52.222-42��������������� Statement of Equivalent Rates� (May 2014) 52.222-52��������������� Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services�Certification (May 2014) 52.223-18��������������� Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020) 52.232-39��������������� Unenforceability of Unauthorized Obligations (June 2013) 52.232-40��������������� Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3� ��������������� Protest After Award (Aug 1996) 52.237-1� ��������������� Site Visit (April 1984) 52.237-2� ��������������� Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.247-34��������������� FOB Destination (Nov 1991) 52.252-1� ��������������� Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2� ��������������� Clauses Incorporated by Reference (Feb 1998) 252.203-7000��������� Requirements Relating to Compensation of Former DOD Officials (Sep 2011) 252.203-7002��������� Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005��������� Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003��������� Control of Government Personnel Work Product (April 1992) 252.204-7008��������� Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7012��������� Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2019) 252.204-7015��������� Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.204-7016��������� Covered Defense Telecommunications Equipment or Services�Representation (Dec 2019) 252.204-7017��������� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services - Representation (Dec 2019) 252.204-7018��������� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Dec 2019) 252.223-7006��������� Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sep 2014) 252.223-7008��������� Prohibition of Hexavalent Chromium (Jun 2013) 252.225-7048��������� Export-Controlled Items (Jun 2013) 252.225-7974��������� Representation Regarding Persons that have Business Operations with the Maduro Regime (Feb 2020) (Dev 2020-O0005) 252.232-7003��������� Electronic Submission of Payment Requests (Dec 2018) 252.232-7006��������� Wide Area Workflow Payment Instructions (Dec 2018) 252.232-7010��������� Levies on Contract Payments (Dec 2006) 252.237-7010��������� Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013) 252.244-7000��������� Subcontracts for Commercial Items (Jun 2013) 252.246-7008��������� Sources of Electronic Parts (May 2018) 252.247-7023��������� Transportation of Supplies by Sea (Feb 2019) C-202-H001������������ Additional Definitions--Basic (NAVSEA) (Oct 2018) C-211-H018������������ Approval by the Government (NAVSEA) (Jan 2019) C-223-W002����������� On-Site Safety Requirements (NAVSEA) (Oct 2018) C-237-H001������������ Enterprise-Wide Contractor Manpower Reporting Application (NAVSEA) (Oct 2018) G-242-H001����������� Government Contract Administration Points-Of-Contact and Responsibilities (NAVSEA) (Oct 2018)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6e6de90abca34bb983cbc33068561eba/view)
 
Place of Performance
Address: Portsmouth, VA 23709, USA
Zip Code: 23709
Country: USA
 
Record
SN05805302-F 20200923/200921230210 (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.