SOLICITATION NOTICE
J -- Scrubber Pre-Arrival Test/Inspection
- Notice Date
- 1/24/2024 12:02:10 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 23709-1001 USA
- ZIP Code
- 23709-1001
- Solicitation Number
- N4215824QS013
- Response Due
- 1/25/2024 2:00:00 PM
- Archive Date
- 02/09/2024
- Point of Contact
- Heidi Brennan, Phone: 7573960447
- E-Mail Address
-
heidi.r.brennan.civ@us.navy.mil
(heidi.r.brennan.civ@us.navy.mil)
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial products or commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. 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 at https://sam.gov/. The RFQ number is N4215824QS013. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-06�Effective December 4, 2023 and the DFARS Change notice 20231222. 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 811310 and the Small Business Size Standard is $12.5M. The Government intends to solicit and contract with only one source, CEPEDA Associates, Inc., under the authority of FAR 13.106-1(b)(1)(i) on a sole source basis.� Interested parties may identify their interest and 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 with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Norfolk Naval Shipyard (NNSY), Portsmouth, VA requests responses from qualified sources capable of providing CO2 Scrubber Pre-Availability Inspection and Testing Services. Period of Performance (POP):�February 15, 2024 � March 31, 2024 CLIN 0001: I Job Shipping term shall be FOB Destination; therefore, quote SHALL include shipping cost.�� 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 SOW. Responses to this solicitation are due by 5:00 PM EST on January 25, 2024. Email quotes to heidi.r.brennan.civ@us.navy.mil. 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. Quotes shall be held firm and valid for sixty (60) days (at minimum). 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. 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 lowest price based upon a selection determined to be the best value to the Government, price and other factors considered. The following FAR provisions and clauses are applicable to this procurement (supplementary provisions and clauses may be added prior to award): 52.212-1 Instructions to Offerors--Commercial Products and Commercial Services SEP 2023 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services NOV 2023 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services NOV 2023 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services DEC 2023
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c91e77844cbd46d6a87e8fcb05ee62b5/view)
- Place of Performance
- Address: Norfolk, VA 23511, USA
- Zip Code: 23511
- Country: USA
- Zip Code: 23511
- Record
- SN06943673-F 20240126/240124230039 (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 |