Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 05, 2024 SAM #8195
MODIFICATION

J -- SALVEX 24 Support Requirements

Notice Date
5/3/2024 6:00:47 PM
 
Notice Type
Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
PEARL HARBOR NAVAL SHIPYARD IMF PEARL HARBOR HI 96860-5033 USA
 
ZIP Code
96860-5033
 
Solicitation Number
N32253-24-Q-0055
 
Response Due
5/10/2024 11:00:00 AM
 
Archive Date
05/25/2024
 
Point of Contact
Caroline Bruseski, Aaron Miller
 
E-Mail Address
caroline.e.bruseski.civ@us.navy.mil, aaron.k.miller22.civ@us.navy.mil
(caroline.e.bruseski.civ@us.navy.mil, aaron.k.miller22.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF) is seeking a contractor to provide support services for the goverment inspection of aboard a damaged, decommissioned ship. The services include� forklifts, lighting, compressed air, exhaust/ventilation, electrical, rolling staging, storage units, eye wash stations, and portable restroom installation. The contractor would also provide support and maintenance for provided equipment. The solicitation is intended to result in a firm-fixed price 100% small business set-aside contract. The potential award will be to the small business evaluated to be the most responsible, that can meet technical requirements and provide the supplies to the Government at a fair andreasonable price. Detailed specifications are included in solicitation N32253-24-Q-0055 attached to this post. The tentative Period of Performance (POP) for this service is 15-May-2024� � 11-June-2024. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336611 Ship Building and Repairing. The Product Service Code is J999 Non-Nuclear Ship Repair (WEST). This acquisition is a designated as a� total small business set aside. Please note the following: � The solicitation number for this requirement is N32253-24-Q-0055. � Proposals are due no later than Friday, 05/10/2024 at 8:00 a.m. HST� � Proposals must be sent via email to both the primary and secondary points of contact. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov) by the award date. The solicitation document and incorporated provisions and clauses will be those in effect through Federal Acquisition Circular (FAC) 2024-03, DFARS 03/26/2024, and NMCARS 18-22. �� All proposal submissions need to include completion of FAR 52.204-24, 52.204-26, and 52.212-3. As part of the price proposals package, the Offeror shall submit the completed SF 1449 with blocks 17a.and 30a.- 30c. (SF 1449 page 1) completed. Submission of a signed offer to the Government constitutes agreement and acceptance of the solicited terms and conditions. � Price - Offerors� Pricing Proposal shall be submitted using the Pricing Breakdown Worksheet (Attachment 2) and shall contain all detailed information as requested, which includes a breakdown of each required service listed in the PWS for all labor, material, and subcontractor information along with Other Direct Costs (ODCs) in order to be considered eligible. If quoting a Rough Order of Magnitude (ROM) for material purchases, or otherwise, the Offeror shall identify and provide supporting documentation to substantiate the estimated price. A ROM estimate submitted as part of the Offeror�s proposal will be considered an Offeror�s firm fixed price offer and will not be subsequently adjusted. � Technical Statement - Offerors are required to provide a detailed statement regarding their technical approach and capability to complete the work package requirements in the solicitation/PWS. The technical statement should not simply rephrase or restate the Government's requirements but, rather, shall provide convincing rationale to address how the Offeror intends to meet these requirements. Offerors shall assume that the Government has no prior knowledge of their facilities or experience and will base its evaluation on the information presented in the Offeror�s proposal . The technical statement shall not exceed 20 pages. � Proposals received after the date/time specified may not be evaluated. Offerors shall provide the above 3 documents in order for a submission to be considered complete. � The Government may revise the solicitation at any time by means of an Amendment. It is an offeror�s responsibility to ensure it is accessing the https://sam.gov/ website to view potential amendments and procurement notifications for this solicitation. � Contract award will be in accordance to 52.212-1's stated in the solicitation. All questions regarding solicitation N32253-24-Q-0055 shall be submitted in writing via email to the listed POCs.��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0a3fcfa0c7ba47e9a6faa77602705e96/view)
 
Place of Performance
Address: JBPHH, HI, USA
Country: USA
 
Record
SN07052384-F 20240505/240503230036 (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.