Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 21, 2023 SAM #7725
SOLICITATION NOTICE

W -- Rental of Two (2) Chill Water Systems

Notice Date
1/19/2023 11:53:59 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
NORFOLK NAVAL SHIPYARD GF PORTSMOUTH VA 23709-1001 USA
 
ZIP Code
23709-1001
 
Solicitation Number
N4215823QS015
 
Response Due
1/23/2023 9:00:00 AM
 
Archive Date
02/07/2023
 
Point of Contact
Kayla V Modic, Phone: 2762751170
 
E-Mail Address
kayla.v.modic2.civ@us.navy.mil
(kayla.v.modic2.civ@us.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 Federal Acquisition Regulation (FAR) Part 13 using Simplified Acquisition Procedures (SAP). This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation WILL be posted to SAM https://sam.gov/. THE RFQ number is N4215823QS015. This solicitation documents and incorporates provisions and clauses in effect though FAC 2023-01 and the DFARS Change notice 20221219. 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 this address: https://www.acquisition.gov/. The NAICS CODE is 532490 and the size standard is $35M.�� The Norfolk Naval Shipyard (NNSY) requests responses from qualified sources capable of providing two (2) Chill Water Systems that are identified in the attached Performance Work Statement (PWS).� The Government intends to procure this requirement as a total small business set-aside. Interested parties may identify their interest and capability to respond to the requirement and submit quotes.� Determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government.� Period of Performance (POP):� 1 February 2023 through 31 July 2023 Quotes may propose on one/some/all of the items identified.� Unless specifically stated otherwise, submission of a quote means the quote agrees to partial contract award. The completion and submission of the above items will constitute a quote and will be considered the vendor's unconditional assent to the terms and conditions of this solicitation and any attachments and/or exhibits. Failure to provide all of these documents by the required date and time may preclude a quotation from award consideration at the discretion of the Government. Quotations shall be valid for 30 days. System for Award Management (SAM). Quoting vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://sam.gov/. To be considered for this opportunity, all quotes shall be submitted in either Microsoft Word, Excel spreadsheet or Adobe PDF. Quote must include price(s), FOB Destination, a point of contact, name and phone number, business size, and payment terms. An award will be made based on Lowest Price Technically Acceptable (LPTA). Each quote must clearly indicate the capability of the vendor to meet all specifications and requirements in the PWS/SOW. Vendors shall provide a detailed (unpriced) capabilities statement for review and acceptance by the technical team.� Responses to this solicitation are due by 12:00pm EST on 23 January 2023.� Email quotes to kayla.v.modic2.civ@us.navy.mil.� Quotes shall be valid for sixty (60) days (at minimum). The following FAR provision and clauses are applicable to this procurement (supplementary provisions and clauses may be added prior to award): EVALUATION FAR 52.212-2, Evaluation � Commercial Items is applicable to this procurement. The Government will award a contract resulting from this Request for Quotation (RFQ) to the responsible quoter whose quotation conforms to the RFQ and will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: 1.� Technical Capability; 2.� Delivery;� Required delivery date is 1 February 2023 3.� Price Technical acceptability will be determined by reviewing the technical certifications submitted for each item to ensure that all of the technical requirements identified are met.� Technical acceptability will be defined as follows: Technical Evaluation Ratings Rating Description Acceptable Quote meets all of the requirements identified. Unacceptable Quote does not meet all of the requirements identified. Contractors who fail to possess acceptable technical capability will not be considered for award and the other elements of their quotation will not be evaluated. Price:� The vendor�s proposed price will be evaluated on the basis of price reasonableness.� All prices must be considered fair and reasonable as determined by the Government. For purposes of award amongst all of the technically acceptable quotations, delivery schedule will be considered to be of equal importance when compared to price. NOTE:�� Quotations determined to be technically unacceptable shall not be further evaluated for award.� Of the technically acceptable quotations, the Government reserves the right to award to other than low based upon a selection determined to be the best value to the Government, price and other factors considered. Although price is considered to be equal in importance to delivery, it has the potential to become more significant during the evaluation process.� The importance of price will increase as the degree of equity in a respondent�s non-cost quotations rise.� The importance of price will also increase when a quotation�s price is so significantly high as to diminish the value to the Government that might have been gained under the other aspects of the quotation.� If at any point in the evaluation all respondents are determined to have submitted equal or generally equivalent non-cost quotations, price may become the factor in determining the contractor selected for award. The quoted prices of all technically acceptable items will be evaluated and the contracting officer shall assume, for the purpose of making multiple awards, that $500 would be the administrative cost to the Government for issuing and administering each contract awarded under this Request for Quotations. Individual awards shall be for the items or combinations of items that result in the lowest aggregate cost to the Government, including the assumed administrative costs. 52.204-7 ��� System for Award Management �������������������������������� ����OCT 2018 52.204-13 System for Award Management Maintenance OCT 2018 52.204-16 Commercial and Government Entity Code Reporting AUG 2020 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020 52.204-22 Alternate Line Item Proposal. JAN 2017 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021 52.212-4 Contract Terms and Conditions--Commercial Products and Commercial Services DEC 2021 52.212-5 Contract Terms & Conditions Required to Implement Statutes or Executive Orders JAN 2022 52.222-41 Service Contract Labor Standards AUG 2018 52.225-13 Restrictions on Certain Foreign Purchases DEC 2021 52.232-33 Payment by Electronic Funds Transfer--System for Award Management OCT 2018 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 52.233-3 Providing Accelerated Payments to Small Business Subcontractors Protest After Award DEC 2021 AUG 1996 52.247-34 F.O.B. 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 252.204-7003 Control Of Government Personnel Work Product APR 1992 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 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2021 252.204-7019 Notice of NIST SP 800-171 DOD Assessment Requirements NOV 2020 252.225-7048 Export-Controlled Items JUN 2013 252.225-7972 (Dev) Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems� (DEVIATION 2020-O0015) MAY 2020 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7006 Wide Area Workflow Payment Instructions DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration APR 2020 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.244-7000 Subcontracts for Commercial Items JAN 2021 252.247-7023 Transportation of Supplies by Sea FEB 2019 Attachment 1:� PWS�Rental Two (2) Chill Water Systems
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7c9543e6da3548ad855307d828721e72/view)
 
Place of Performance
Address: Portsmouth, VA 23709, USA
Zip Code: 23709
Country: USA
 
Record
SN06567927-F 20230121/230119230108 (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.