Retractable Chock Repair Parts
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159021618379666 |
Posted Date: | Mar 29, 2023 |
Due Date: | Apr 3, 2023 |
Solicitation No: | N50054-23-Q-0078 |
Source: | https://sam.gov/opp/a5b486ecca... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Mar 29, 2023 04:04 pm EDT
- Original Date Offers Due: Apr 03, 2023 12:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Apr 18, 2023
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: 2090 - MISCELLANEOUS SHIP AND MARINE EQUIPMENT
-
NAICS Code:
- 332999 - All Other Miscellaneous Fabricated Metal Product Manufacturing
-
Place of Performance:
Norfolk , VA 23511USA
Combined Synopsis/Solicitation: N50054-23-Q-0078
Announcement closing date: Monday April 3, 2023 @ 12:00 PM EST
Description: USS Porter (DDG-78) Retractable Chock Repair Part
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on SAM.gov.
The RFQ number is N50054-23-Q-0078. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-02 and DFARS Publication Notice 20230322. 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 these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.
The NAICS code is 332999 and the Small Business Standard is 500 employees.
The Mid-Atlantic Regional Maintenance Center requests responses from qualified sources capable of providing all requirements listed in the Statement of Work (SOW) and supporting documentation attached to this announcement.
The Government intends to solicit and contract with only one source, The Entwisle Company for
Retractable Chock Repair parts 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.
Required Delivery Date: 05/26/2023
Delivery Location: Mid-Atlantic Regional Maintenance Center
Bldg. CEP-200
9170 2nd Street Norfolk, VA. 23511
The following FAR provisions and clauses are applicable to this procurement:
52.204-7 System for Award Management
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204-18 Commercial and Government Entity Code Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications (Jul 2018)
52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Representation
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
52.212-1 Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018)
52.212-3 Offeror Representations and Certifications -- Commercial Items.
52.212-4 Contract Terms and Conditions -- Commercial Items.
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items.
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.232-29 Terms for Financing of Purchases of Commercial Items
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-6 Notice of Total Small Business Aside
52.219-28 Post Award Small Business Program Representation
52.222-19 Child Labor—Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-50 Combating Trafficking in Persons
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13 Restriction on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer--System for Award Management
52.222-22 Previous Contracts and Compliance Reports
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Reps and Certs
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.247-34 FOB Destination
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
252.203-7000 Requirements Relating to Compensation of Former DOD Officials
252.203-7002 Requirements to Inform Employees of Whistleblower Rights
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7003 Control of Government Personnel Work Product
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015 Notice of Authorized Disclosure of Information to Litigation Support
252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.211-7003 Item Unique Identification & Valuation
252.211-7008 Use of Government-Assigned Serial Numbers
252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American and Balance of Payments Program
252.225-7002 Qualifying Country Sources as Subcontractors
252.225-7048 Export-Controlled Items
252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015)
252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation. (DEVIATION 2020-O0015)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area WorkFlow Payment Instructions
252.232-7010 Levies on Contract Payments
252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration
252.244-7000 Subcontracts for Commercial Items
252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations
252.247-7023 Transportation of Supplies by Sea
Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.
This announcement will close at 12:00PM on Monday April 3 2023. Contact Micheal Garrett, who can be reached by email at micheal.r.garrett3.civ@us.navy.mil. A determination by the Government to not compete this proposed effort is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.
System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.
All quotes shall include price(s), FOB destination, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
******* End of Combined Synopsis/Solicitation ********
- 9727 AVIONICS LOOP BLDG LF-18
- NORFOLK , VA 23511-2124
- USA
- Micheal Garrett
- micheal.r.garrett3.civ@us.navy.mil
- Jake Grady
- jake.a.grady2.civ@us.navy.mil
- Mar 29, 2023 04:04 pm EDTCombined Synopsis/Solicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.