Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 17, 2025 SAM #8452
SOLICITATION NOTICE

R -- Security Monitoring Center (SMC)

Notice Date
1/15/2025 11:29:31 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660425Q0168
 
Response Due
1/29/2025 11:00:00 AM
 
Archive Date
02/13/2025
 
Point of Contact
Kevin E. Silva, Phone: 4018323558, Andrew Nagelhout
 
E-Mail Address
kevin.e.silva2.civ@us.navy.mil, Andrew.C.Nagelhout.civ@us.navy.mil
(kevin.e.silva2.civ@us.navy.mil, Andrew.C.Nagelhout.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 CONSTITUES 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. Request for Quotation (RFQ) number is N66604-25-Q-0168. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) has a Firm Fixed Price requirement in accordance with Attachment #1 Statement of Work (SOW) for the following On-Site Monitoring Services: Line Item # 0001 for On-Site Monitoring Services; Quantity 12 Months; POP: 01-JUL-2025 to 30-JUN-2026 Line Item # 0002 Option 1 for On-Site Monitoring Services; Quantity 12 Months; POP: 01-JUL-2026 to 30-JUN-2027 Line Item # 0003 Option 2 for On-Site Monitoring Services; Quantity 12 Months; POP: 01-JUL-2027 to 30-JUN-2028 Line Item # 0004 Option 3 for On-Site Monitoring Services; Quantity 12 Months; POP: 01-JUL-2028 to 30-JUN-2029 Line Item # 0005 Option 4 for On-Site Monitoring Services; Quantity 12 Months; POP: 01-JUL-2029 to 30-JUN-2030 This procurement is solicited as a Small Business Set-Aside as concurred with by the NUWCDIVNPT Office of Small Business Program (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 561612; the Small Business Size Standard is $29M. Rhode Island WD 2015-4089 Rev 26, dated 04-09-2024, applies. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. Clauses FAR 52.209-11, Representation by corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law, 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, and DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information apply to this solicitation. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (NAVSEA VARIATION I) (OCT 2018) The Government may extend the term of this contract by written notice(s) to the Contractor within the periods specified below. If more than one option exists, the Government has the right to unilaterally exercise any such option whether or not it has exercised other options. ITEM(S) LATEST OPTION EXERCISE DATE 7100 07/1/2025 7200 07/1/2026 7300 07/1/2027 7400 07/1/2028 ITEM(S) LATEST OPTION EXERCISE DATE 6100 8/30/2025 6200 8/30/2026 6300 8/30/2027 6400 8/30/2028 If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any option(s) under this clause, shall not exceed five (5) years, however, in accordance with paragraph (j) of the requirement of this contract entitled ""Level of Effort � Alternate I"", if the total manhours delineated in paragraph (a) of the Level of Effort requirement, have not been expended within the period specified above, the Government may require the Contractor to continue to perform the work until the total number of manhours specified in paragraph (a) of the aforementioned requirement have been expended. (End of Clause) The following addenda or additional terms and conditions apply. Defense Priorities and Allocations Systems (DPAS) rating is DO-C9. A Section 508 does not apply. The required period of performance is listed in the table above, F.O.B. Destination is Newport, RI 02841. The Government�s preferred method of payment is 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. Full text of incorporated FAR/DFARS clauses and provisions are available at: www.acquisition.gov/far 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 The quote shall include price, delivery terms, a technical proposal in accordance with the information contained in Attachment #2 Section L - Instructions for Submission of Proposals and Section M � Evaluation Factors for Award and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. The quotes may be submitted via email to the below address and must be received on or before Monday, 29 JAN 2025 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 procurement, contact: Kevin E. Silva at kevin.e.silva2.civ@us.navy.mil or 401-832-3558.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e36632ac0f304ef9915fe2d50b3af28a/view)
 
Place of Performance
Address: Newport, RI 02840, USA
Zip Code: 02840
Country: USA
 
Record
SN07313593-F 20250117/250115230100 (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.