Virginia Bids > Bid Detail

Retractable Chock Repair Parts

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 20 - Ship and Marine Equipment
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...
Follow
Retractable Chock Repair Parts
Active
Contract Opportunity
Notice ID
N50054-23-Q-0078
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
REGIONAL MAINTENANCE CENTER
Office
MID ATLANTIC REG MAINT CTR
Looking for contract opportunity help?

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.

General Information
  • 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
Classification
  • 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 23511
    USA
Description

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 ********




Attachments/Links
Contact Information
Contracting Office Address
  • 9727 AVIONICS LOOP BLDG LF-18
  • NORFOLK , VA 23511-2124
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • 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.

Start Free Trial Today >