Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 12, 2025 SAM #8447
SOLICITATION NOTICE

42 -- HOSE REEL W/2"" HOSE PART NUMBER BBH-1195-609275CC

Notice Date
1/10/2025 6:53:04 AM
 
Notice Type
Presolicitation
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
DLA MARITIME - NORFOLK PORTSMOUTH VA 23709-5000 USA
 
ZIP Code
23709-5000
 
Solicitation Number
SPMYM125Q0026
 
Response Due
1/15/2025 1:00:00 PM
 
Archive Date
01/30/2025
 
Point of Contact
John Ratliff
 
E-Mail Address
john.ratliff@dla.mil
(john.ratliff@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Defense Logistics Agency (DLA) Maritime Norfolk at Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract with Lowest Price Technically Acceptable (LPTA) Evaluation Factors for the item listed below. The required item is for commercial items prepared in accordance with the information in FAR Part 13 and FAR Subpart 12.6, as supplemented with the additional information included in this notice. The Contract Line Items (CLINs) is as follows: CLIN 0001 QTY 10 EA BRAND NAME ONLY ORDERING DATA CLIN 0001 HOSE REEL, MANUAL FIREFIGHTING WITH 2� X 75� FIREFIGHTING HOSE PART NUMBER BBH-1195-609275CC � Initial Entry: Contractor provide a SECNAV 5512 and a CNRMA Installation Access Screening Request form that will be provided by the technical point of contact (TPCO). These documents will be endorsed by the TPOC and forwarded to the NNSY Pass Office Contractor shall submit documents approximately two weeks before arrival. � Vehicle Entry: The company name shall be displayed on each door of the Contractor�s vehicles in a manner and size that is clearly visible. All vehicles shall display a valid state license plate that complies with State Vehicle Code. Vehicles shall meet all other requirement of the State Vehicle Code, such as safety standards, and shall carry proof of insurance and state registration. Passes will be issued for vehicles to enter the shipyard. A separate pass is required for entering the Controlled Industrial Area (CIA). � Portable Electronic Device (PED): In accordance with COMSUBLANT/COMSUBPACINST 2075.1C, the use of Portable Electronic Devices (PEDs) while in or on Department of Navy Controlled, Industrial Areas are prohibited. A portable electronic device (PED) is defined as any non-stationary electronic apparatus with singular or multiple capabilities of, but not limited to recording, storing, and/or transmitting data, voice, video, or photo images e.g.: cell phones, laptops, tablets and wearable devices such as fitness bands and smart watches. � Critical time Constraints: The Installation and training shall be performed between the hours of 7:20 am and 3:50 pm excluding any federal holidays. � Safety: �Per FAR 22.102-1(a) entitled �Safety�, contractor are hereby informed that their employees or representatives present on property under NNSY cognizance must follow Federal and State OSHA requirements; NNSY OSHE Program Manual, NAVSHIPYDNORINST P5090.2 requirements; OSHE Control Manual (OSHECM) requirements; or safety requirements for site specific location of the contract."" � Location: Portsmouth, VA 23709 The requirement will be solicited as a total small business set aside. The NAICS code applicable to this procurement is 314999 FIRE/RESCUE/SAFTEY; ENVIRO PROTECT with a size standard of 500 employees. The Product Service Code is 4210 FIRE FIGHTING EQUIPMENT. The anticipated delivery date for this acquisition is 30 days ARO. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form only. The solicitation number is SPMYM125Q0026 and it is expected to be available on or about 10 JAN 2025 and posted to SAM.gov, https://sam.gov/ Quotes will be due by 4:00 PM EST on 15 JAN 2025. Responses to the solicitation notice shall be emailed to the attention of John Ratliff as john.ratliff@dla.mil. Please make sure that the solicitation number (SPMYM125Q0026) is included in the subject line of any email correspondence. Emails without subject lines will not be read because of security issues. Potential offerors are hereby notified that the solicitation and any subsequent amendments will only be available by downloading the documents at www.SAM.gov (Contracting Opportunities). The Government is not responsible for inability of the Offeror's to access solicitation documents posted. Prospective Offeror's should also register at on the interested vendor list under SPMYM125Q0026. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed. All responsible sources may submit a proposal which may be considered by the Government. By submitting a quote, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. All questions shall be submitted in accordance with the solicitation, dates and procedures. Please direct all questions regarding this requirement to John Ratliff at john.ratliff@dla.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1d431826c26f4f2b97dea212cd5231d9/view)
 
Place of Performance
Address: Portsmouth, VA 23709, USA
Zip Code: 23709
Country: USA
 
Record
SN07309875-F 20250112/250110230106 (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.