SOLICITATION NOTICE
72 -- Formaspace Lab Work Benches
- Notice Date
- 11/29/2022 11:22:39 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N6660423Q0033
- Response Due
- 12/6/2022 11:00:00 AM
- Archive Date
- 12/21/2022
- Point of Contact
- Bryan Ash, Phone: 4018326124, Kathleen Hourihan
- E-Mail Address
-
bryan.a.ash.civ@us.navy.mil, kathleen.m.hourihan.civ@us.navy.mil
(bryan.a.ash.civ@us.navy.mil, kathleen.m.hourihan.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 �Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.� This solicitation will be posted for less than fifteen (15) days in accordance with FAR 5.203(a)(2). Request for Quotation (RFQ) number is N66604-23-Q-0033. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type purchase order for the following Formaspace Lab Work Benches. �This requirement is being solicited on a Brand Name or Equal Basis; no substitutions allowed. SEE Attachment RFQ N6660423Q0033 for full discription This requirement is being solicited on as a 100% small business set aside, as concurred with by the NUWCDIVNPT Office of Small Business. The NAICS Code is 337214; the size standard is 1,000 employees. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The following FAR and DFAR clauses and provisions applies to this Request for Quotation: FAR 52. 204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services and Equipment FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Service or Equipment FAR 52.209-11 � Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-3, Offeror Representations and Certifications - Commercial Items FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System � Statistical Reporting in Past Performance Evaluations Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https:// acquisition.gov/far/. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. Section 508; this Requirement does not include Electronic and Information Technology (EIT). This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Required delivery is 30 days after award. �F.O.B. destination to Newport, RI. Offerors shall include price, shipping cost, and the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNs number. A quote received after the closing date and time specified will be ineligible for award. Delivery shall be between the hours of 0700 and 1600. A visitors� request will be required and the delivery crew must be United States citizens. All items shall be palletized. If no surcharge is applicable, the Government�s preferred method of payment is via credit card. Otherwise, Electronic Payment through Wide Area Workflow (WAWF) will be used. Please confirm if Government Purchase Card is an acceptable form of payment within the quotation. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable, the offeror must provide the following: (1) Offerors shall quote the required brand name or equal items in new condition.� If offerors are quoting for equal items, offerors shall provide specifications for the quoted items to demonstrate that the quoted items are equal to the brand name items listed in this RFQ. No partial quotes will be accepted. �(2) Offerors must include the manufacturer name and part numbers/serial numbers of all of the items. (3) Offerors must meet or exceed the required delivery timeframes specified in the table above. Additionally, the Government will consider past performance information in accordance with DFARS Provision 252.213-7000, where negative information within SPRS may render a quote being deemed technically unacceptable. Offerors shall be advised that if after award the items delivered are determined not to be in new condition and/or are determined to be delivered from outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re-procurement costs. The quotes may be submitted via email to the below email address and must be received on or before Tuesday, December �06, 2022, 2:00PM EST. Offer received after the closing date are considered to be late and will not be considered for award. For information on this acquisition, contact Bryan Ash at bryan.a.ash.civ@us.navy.mil or 401-832-6124.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d5b0082ab9dd4242b38bd5f8010a5e74/view)
- Record
- SN06530073-F 20221201/221129230111 (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 |