Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 01, 2025 SAM #8467
SOLICITATION NOTICE

H -- Hydrostatic Testing and Recharge of CO2 Bottles

Notice Date
1/30/2025 8:45:06 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018925QCO2B
 
Response Due
2/6/2025 8:00:00 AM
 
Archive Date
02/21/2025
 
Point of Contact
Joseph Frech, Phone: 7574431976
 
E-Mail Address
joseph.l.frech.civ@us.navy.mil
(joseph.l.frech.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Pursuant to the authority at FAR 12.603(c)(2): (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number for this is N0018925QCO2B and will be issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03. (iv) The Government intends to negotiate a firm-fixed-price (FFP) purchase order for services. The associated NAICS code is 811310 with a small business size standard of $12.5 (millions of dollars). (v) Line items are detailed as follows: CLIN 0001: (Qty: 36) HYDRO TEST CO2 EXTINGUISHER 50-100LB CLIN 0002: (Qty: 36) RECHARGE CO2 50LB STORED PRESSURE EXTINGUISHER CLIN 0003: (Qty: 36) ��� VALVE REBUILD KITS CLIN 0004 (Qty: 81) HYDRO TEST CO2 EXTINGUISHER 2.5-26LB CLIN 0005: (Qty: 81) RECHARGE CO2 15LB STORED PRESSURE EXTINGUISHER CLIN 0006: (Qty: 95) SERVICE MATERIALS FOR FIRE EXTINGUISHER CLIN 0007: (Qty:1398) CO2 GAS CLIN 0008 (Qty: 14) HYDRO TEST FFFP FOAM EXTINGUISHER 2.5LB CLIN 0009 (Qty: 14) ENVIRONMENTAL DISPOSAL CHEMICAL/BATTERY WASTE CLIN 0010 (Qty: 2) LABOR EXTINGUISHER REPAIR REGULAR HOURS (vi) This requirement is for Hydrostatic Testing and Recharge of CO2 Bottles in support of USS Normandy (CG-60). (vii) The required Period of Performance (POP) is: 17 February 2025 � 21 February 2025. The PLACE OF PERFORMANCE is: Contractor Facility. FOB Destination will be used. Contractor facility shall be within 30 miles of Norfolk Naval Base. Payment Method shall be Government Purchase Card. All surcharges shall be included in final price of quote. No substitutions will be acceptable. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial applies to this acquisition and is included in the attached ""Clauses and Provisions"", Attachment 1. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items will be used and is included as Attachment 1. The vendor�s proposed price will be evaluated on the basis of price reasonableness in accordance with FAR 13.106. (x) The provision at FAR 52.212-3 � ALT I, Offeror Representations and Certifications - Commercial Items applies to this acquisition and must be completed with any quote. It is included as Attachment 1. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition and is included as Attachment 1. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items applies to this acquisition and all the applicable FAR clauses cited with this requirement are included as Attachment 1. (xiii) All clauses and provisions applicable to this requirement are included in the attached ""Clauses and Provisions"", Attachment 1. �Clauses and Provisions to be signed�, Attachment 2, shall be signed and returned with the vendor�s quote. (xiv) The Defense Priorities and Allocations System (DPAS) rating does not apply to this acquisition. (xv) All quotes are due by the date and time specified in this posting and shall be submitted via email to the POC email address stated in this posting. (xvi) The individual to contact for information regarding this solicitation is stated in the posting. ATTACHMENTS: Clauses and Provisions Clauses and Provisions to be signed Performance Work Statement
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7681012be1d3449480699f2bfed2095c/view)
 
Place of Performance
Address: VA 23505, USA
Zip Code: 23505
Country: USA
 
Record
SN07327763-F 20250201/250130230107 (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.