Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 16, 2022 SAM #7503
SOLICITATION NOTICE

58 -- Flight Deck Video System with installation

Notice Date
6/14/2022 1:16:00 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018922Q0268
 
Response Due
7/6/2022 7:00:00 AM
 
Archive Date
07/21/2022
 
Point of Contact
Elysia Allen
 
E-Mail Address
elysia.m.allen2.civ@us.navy.mil
(elysia.m.allen2.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Pursuant to the authority at FAR 12.603(c)(2): (i) This is a combined synopsis/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. (ii) The solicitation number for this is N0018922Q0268 and will be issued as a request for quotation (RFQ). � (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-014. � (iv) The Government intends to negotiate a firm-fixed-price (FFP) purchase order for Flight Deck Video System supplies and installation. This requirement is set-aside for small businesses. The associated NAICS code is 541519 with a small business size standard of $30M. � (v) Line items are detailed as follows: LINE ITEM:� 0001 DESCRIPTION:� Flight Deck Video System EXTENDED DESCRIPTION:� Flight Deck Video System supplies and installation in accordance with the Performance of Work Statement QTY:� 1 UNIT OF ISSUE: Lot � (vi) This requirement is for Flight Deck Video System supplies and installation in support of Strike Fighter Squadron One Zero Six. � (vii) The required Period of Performance (POP) is:� 30 business days, starting 20 days after contract award. Estimated award date is on or around July 15, 2022. The PLACE OF PERFORMANCE is: VFA 106, 1760 1st street, Virginia beach VA 23460.� FOB Destination will be used.� �A MANDATORY site visit is scheduled for 29 June 2022 at 10:00 AM (EST). Interested Vendors will meet with VFA 106�s representative at the place of performance. Interested Vendors are required to arrive at 10:00 AM (EST). Vendors will need to go through base pass and badge for access as well as fill out the attached NASO Sponsor Verification excel file. The sponsor verification will need to be completed and submitted no later than June 22, 2022 10:00 AM (EST). Do not proceed into the space without escort. Vendors not present for the site visit will not be considered. Vendors must provide their own personal protective equipment (PPE), including hard hat, safety goggles, and hard-toed shoes for the site visit. Provide yourself adequate time to arrive to the site visit location on time. All vendors interested in attending the site visit must contact Contract Specialist Elysia Allen by email at elysia.m.allen2.civ@us.navy.mil NO LATER THAN June 22, 2022 10:00 AM (EST): Please provide the following: Name of Company and Cage Code Completed NASO Sponsor Verification excel file QUESTIONS are to be submitted no later than 30 June 2022 at 10AM EST via email to elysia.m.allen2.civ@us.navy.mil. � (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and is included in the attached ""Clauses and Provisions"", Attachment 1. � (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items will be used and is included as Attachment 1. The vendor�s proposed price will be evaluated on the basis of price reasonableness in accordance with FAR 13.106. � (x) The provision at FAR 52.212-3 � ALT I, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and must be completed with any quote. It is included as Attachment 1. � (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and is included as Attachment 1. � (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items, applies to this acquisition and all the applicable FAR clauses cited with this requirement are included as Attachment 1. � (xiii) All clauses and provisions applicable to this requirement are included in the attached ""Clauses and Provisions"", Attachment 1.� �Clauses and Provisions to be signed�, Attachment 2, shall be signed and returned with the vendor�s quote unless referenced clauses and provisions are certified in SAM.� � (xiv) The Defense Priorities and Allocations System (DPAS) rating does not apply to this acquisition. (xv) All quotes are due by the date and time specified in this posting and shall be submitted via email to the POC email address stated in this posting. QUOTES should be submitted providing information on the system materials to be provided and both labor and material pricing. Quoter�s pricing should include all costs for the vendor to provide and complete the work, including any costs associated with accessing the workspace.� (xvi) The individual to contact for information regarding this solicitation is stated in the posting. ? ATTACHMENTS: �Clauses and Provisions �Clauses and Provisions to be signed �Performance Work Statement �NASO Sponsor Verification
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4c289964740e45499ab7dbafcceb3d93/view)
 
Place of Performance
Address: Virginia Beach, VA 23460, USA
Zip Code: 23460
Country: USA
 
Record
SN06357917-F 20220616/220614230115 (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.