Virginia Bids > Bid Detail

Calibrations and Care Plan Services

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159373495715643
Posted Date: Apr 5, 2024
Due Date: Apr 10, 2024
Solicitation No: N4215824QN020
Source: https://sam.gov/opp/ad812c8fc1...
Follow
Calibrations and Care Plan Services
Active
Contract Opportunity
Notice ID
N4215824QN020
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA SHIPYARD
Office
NORFOLK NAVAL SHIPYARD GF
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

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: Apr 05, 2024 04:40 pm EDT
  • Original Date Offers Due: Apr 10, 2024 03:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 25, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Portsmouth , VA 23709
    USA
Description

COMBINED SYNOPSIS/SOLICITATION NOTICE:





Requirement Title: Calibrations and Care Plan Services





Solicitation Number: N4215824QN020





Solicitation Issue Date: Friday, 05 April 2024





Response Deadline: Wednesday, 10 April 2024 no later than 1500 (EST)





POC: Crystal Porter



crystal.p.porter.civ@us.navy.mil



757-396-8348





Contracting Officer: Denise Swain



denise.j.swain.civ@us.navy.mil



757-396-2206





GENERAL INFORMATION



1. This is a combined synopsis/solicitation notice for commercial product/services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued.



2.This solicitation is being issued as a(n): Request for Quotation (RFQ).



3. This solicitation document and incorporated provisions and clauses are those in effect through, Federal Acquisition Circular (FAC) Number/Effective Date: 2023-05 09/22/2023



4. This acquisition is for A Sole Source.



5. North American Industry Classification System Code (NAICS) 811210 Electronic and Precision Equipment Repair and Product or Service Code (PSC) J066 – Maintenance/Repair/Rebuild of Equipment-Instruments.



6. The size standard is $ 34 (millions of dollars). All qualified small businesses under this industry are encouraged to submit capability statements to include technical evaluation.



REQUIREMENT INFORMATION



Description:



The Norfolk Naval Shipyard has a requirement for Calibration and Care Plan Services for various FARO items.



NOTE: Offerors must propose ALL items repair, calibration, warranty (FARO Arm, Laser Line Prob, Laser Tracker, Tracker Probe) in order to be considered responsive. One award will be issued to the sole source. However an authorized distributor/ reseller that represents a small business and acceptable in accordance with the specifications within the SOW will be considered and encouraged to submit.



Place of Delivery/Performance/Acceptance/FOB Point:



FOB Destination, (unless vendor specifies otherwise in quote).



* Please specify shipping charges separately if quote is for FOB Origin.



* Contractor may propose alternate line item details as required.





Line Number



Description



QTY



1

Laser Tracker ASME B89.4.19 Calibration 960-02589



Laser Tracker ASME B89.4.19 Calibration 960-02589



Laser Tracker ASME B89.4.19 Calibration 960-02589



Laser Tracker ASME B89.4.19 Calibration 960-02589



4



2

FARO Arm FARO Certification ACC-ARM



1

3

Laser Line Probe FARO ARM Certification ACC-ARM



1

4

FARO Arm FARO Gage Certification ACC-GAGE



FARO Arm FARO Gage Certification ACC-GAGE



2

5

Laser Tracker ASME B89.4.19 Calibration ACC-LT-B89



Laser Tracker ASME B89.4.19 ACC-LT-B89



Laser Tracker ASME B89.4.19 ACC-LT-B89



3

6

FARO Arm Warranty Renewal SV1-ARM-1Y-E



1

7

Laser Line Probe Warranty Renewal SV1-LLP-1Y-E



1



8

Laser Tracker Warranty Renewal SV2-3DOF-1Y-E



Laser Tracker Warranty Renewal SV2-3DOF-1Y-R



Laser Tracker Warranty Renewal SV2-6DOF-1Y-R



Laser Tracker Warranty Renewal SV2-6DOF-1Y-R



Laser Tracker Warranty Renewal SV2-6DOF-1Y-R



5

9

Tracker Probe Warranty Renewal SV2-6PRB-1Y-R



1

10

FARO Arm Warranty Renewal SV2-ARM-1Y-E



FARO Arm Warranty Renewal SV2-ARM-1Y-E



FARO Arm Warranty Renewal SV2-ARM-1Y-E



FARO Arm Warranty Renewal SV2-ARM-1Y-E



FARO Arm Warranty Renewal SV2-ARM-1Y-E



FARO Arm Warranty Renewal SV2-ARM-1Y-E



FARO Arm Warranty Renewal SV2-ARM-1Y-R



FARO Arm Warranty Renewal SV2-ARM-1Y-R



9

11

Laser Line Probe Warranty Renewal SV2-LLP-1Y-E



Laser Line Probe Warranty Renewal SV2-LLP-1Y-E



Laser Line Probe Warranty Renewal SV2-LLP-1Y-E



Laser Line Probe Warranty Renewal SV2-LLP-1Y-E



Laser Line ProbeWarranty Renewal SV2-LLP-1Y-E



5

12

Laser Tracker 960-02589

Laser Tracker 960-02589

2



INSTRUCTIONS TO OFFERORS



FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. As prescribed in FAR 12.301(b)(1), the following addendum is provided for this solicitation and hereby amends any language there in:




  1. Questions may be submitted to the POC and Contracting Officer listed above no later than 09 April 2024, at 15:00 EST. Questions submitted after this date may not be answered.

  2. Quotes in response to this solicitation must be submitted via email to the POC and Contracting Officer listed above no later than the established deadline.

  3. Quotes must be valid through 30 April 2024.

  4. All price quotations and contractor information must be submitted on Attachment - Quote Sheet, and it must be filled in entirely. The quotation shall consist of the following sections: (1) Past Performance and (2) Price. One (1) electronic copy of the quotation shall be provided.



Past Performance




  • Contractors may submit past performance that is recent, (within 5 years)

  • Executed Representations and Certifications, unless completed in SAM. FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items with alternate I applies to this acquisition; the offeror verifies by submission of their offer that the representation and certifications currently posted electronically at SAM.gov for FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation.



Price




  • All price quotations and contractor information must be submitted on Attachment - Quote Sheet, and it must be filled in entirely.



Past Performance documents can be submitted in Word, Excel and PDF format. Element (should not exceed two pages in length (font shall not be smaller than 10 pt).



EVALUATION CRITERIA



FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services applies to this acquisition. As prescribed in FAR 12.301(c)(1), the following addendum is provided for this solicitation and hereby amends any language there in:






  1. The Government intends to award one Firm Fixed Price, (FFP) contract resulting from this solicitation to the responsible offeror whose quote conforms to the solicitation will be most advantageous to the Government, price and other factors considered. This solicitation will be evaluated with sole source criteria or authorized distributor if applicable. The following factors shall be used to evaluate offers:




  • Past Performance

  • Price





Award(s) will be made for the technically acceptable item or combination of technically acceptable and past performance items. Ability to Receive Award, if a contractor has been disbarred, has any active exclusions listed in SAM.gov or an Inactive SAM.gov account at the time their quote was submitted, they are not eligible for award. If the vendor does not meet the





Set-Aside criteria, (if any) listed in paragraph 4 and 5 of the GENERAL INFORMATION Section, they cannot be eligible for award.





Past Performance



Contractors may submit past performance that is recent, (within 5 years) and relevant, (Technical Evaluator’s Discretion) to this requirement.







Past Performance Evaluation Ratings



Rating



Description



Acceptable



The Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror’s performance record is unknown



Unacceptable



The Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort.





Price, will be evaluated on a comparative basis amongst all received quotations and the Government’s estimate. All price quotations and contractor information must be submitted on Attachment - Quote Sheet, and it must be filled in entirely.



The vendor’s proposed price will be evaluated on the basis of price reasonableness. All prices must be considered fair and reasonable as determined by the Government.



Government Furnished Property Submittal



“In accordance with FAR subpart 45.201, the offeror shall submit a copy of their internal Government Property



Management System Plan within their response to this request for (quote/proposal). The Property Management



Systems Plan is required to manage Government Property in accordance with FAR 52.245-1. Failure to provide a



Property Management Plan may result in disqualifying the Offeror from further consideration. The Offeror’s



submittal should demonstrate their internal controls (i.e. control, use, preserve, protect, repair, and maintain) to



protect Government property in its possession. The Government will provide Government Property on a rent-free



basis in performance of the contract."



"Alternatively, the contractor may provide a confirmation letter of an approved Property Management System from



Defense Contract Management Agency (DCMA) and/or any Federal Government agency within the 3 years from



solicitation issuance date. The



Government will evaluate the Property Management Plan (or confirmation letter) submitted to determine whether it



is compliant with FAR 52.245-1(f). If the Offeror does not have a Property Management System in place, the



Government will accept an Offeror’s plan that shows the intent to comply with FAR clause 52.245-1(f). The plan



should include a timeline for implementing a formal Property Management System that will be used to manage



Government Property in its possession."



"The Contracting Officer shall make a determination regarding whether or not the submittal meets the ten (10)



elements of FAR clause 52.245-1(f). If the Contracting Officer's determination is that the submittal does not meet



the ten (10) elements of FAR clause 52.245-1(f), the Contracting Officer will notify the contractor at award that they



have (up to a 45 day maximum) days to submit a corrective action plan. The corrective action plan shall include



a timeline for implementation."





CLAUSES AND PROVISIONS



FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items with alternate I applies to this acquisition; the offeror verifies by submission of their offer that the representation and certifications currently posted electronically at SAM.gov for FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation.



The provisions and clauses listed below have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices.





The following clauses are hereby included by reference:





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



52.204-22 Alternative Line Item Proposal



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment



52.211-14 Notice Of Priority Rating For National Defense, Emergency



Preparedness, and Energy Program Use



52.211-15 Defense Priority and Allocation Requirements



52.212-1 Instructions to Offerors—Commercial Items



52.212-3 Alt I Offeror Representations and Certifications—Commercial Items--Alternate I



52.212-4 Contract Terms and Conditions—Commercial Items



52.232-39 Unenforceability of Unauthorized Obligations



52.232-40 Providing Accelerated Payments to Small Business Subcontractors



52.245-1 Alt I Government Property (SEP 2021) Alternate I APR 2012



52.245-2 Government Property Installation Operation Services APR 2012



52.245-9 Use And Charges



52.246-2 Inspection Of Supplies--Fixed Price



52.247-29 F.o.b Origin



52.247-34 F.o.b. Destination



52.252-5 Authorized Deviations in Provisions



52.252-6 Authorized Deviations in Clauses



252.203-7000 Requirements Relating to Compensation of Former DoD Officials



252.203-7002 Requirement to Inform Employees of Whistleblower Rights



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 for Litigation Support



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



252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements.



252.204-7020 NIST SP 800-171 DoD Assessment Requirements.



252.211-7008 Use of Government-Assigned Serial Numbers



252.225-7048 Export-Controlled Items



252.225-7972 (Dev 2020-O0017) Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (Dev 2020-O0015) (May 2020)



252.225-7973 (Dev 2020-O0015) Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation (Dev 2020-O0015) (May 2020)



252.225-7974 "Representation Regarding Persons that have Business Operations with the Maduro



Regime (DEVIATION 2020-O0005)"



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



252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel



252.244-7000 Subcontracts for Commercial Items



252.245-7005 Management and Reporting of Government Property



252.247-7023 Transportation of Supplies by Sea--Basic



C-202-H001 Additional Definitions--Basic (NAVSEA) (OCT 2018)



C-211-H018 Approval by the Government (NAVSEA) (JAN 2019)



E-246-H017 FOB Origin



F-247-H003 FOB Origin



G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019)



G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018)





The following provisions and clauses are hereby included by full text:



52.252-1 Solicitation Provisions Incorporated by Reference





SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)



This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address:



https://www.acquisition.gov/browse/index/far



https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html



https://www.secnav.navy.mil/rda/DASN-P/Pages/NMCARS.aspx



(End of provision)





52.252-2 Clauses Incorporated by Reference





CLAUSES INCORPORATED BY REFERENCE (FEB 1998)



This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address:



https://www.acquisition.gov/browse/index/far



https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html



https://www.secnav.navy.mil/rda/DASN-P/Pages/NMCARS.aspx



(End of clause)





NAVSEA/NNSY (Expandable for Full Text):



C-202-H001 Additional Definitions--Basic (NAVSEA) (OCT 2018)



(a) Department ‑ means the Department of the Navy.



(b) Commander, Naval Sea Systems Command ‑ means the Commander of the Naval Sea Systems Command of the Department of the Navy or his duly appointed successor.



(c) References to The Federal Acquisition Regulation (FAR) ‑ All references to the FAR in this contract shall be deemed to also reference the appropriate sections of the Defense FAR Supplement (DFARS), unless clearly indicated otherwise.



(d) National Stock Numbers ‑ Whenever the term Federal Item Identification Number and its acronym FIIN or the term Federal Stock Number and its acronym FSN appear in the contract, order or their cited specifications and standards, the terms and acronyms shall be interpreted as National Item Identification Number (NIIN) and National Stock Number (NSN) respectively which shall be defined as follows:



(1) National Item Identification Number (NIIN). The number assigned to each approved Item Identification under the Federal Cataloging Program. It consists of nine numeric characters, the first two of which are the National Codification Bureau (NCB) Code. The remaining positions consist of a seven digit non‑significant number.



(2) National Stock Number (NSN). The National Stock Number (NSN) for an item of supply consists of the applicable four-position Federal Supply Class (FSC) plus the applicable nine-position NIIN assigned to the item of supply.



(End of Text)



C-211-H018 Approval by the Government (NAVSEA) (JAN 2019)



Approval by the Government as required under this contract and applicable specifications shall not relieve the Contractor of its obligation to comply with the specifications and with all other requirements of the contract, nor shall it impose upon the Government any liability it would not have had in the absence of such approval.



(End of Text)



G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019)



(a) For other than firm fixed priced contract line item numbers (CLINs), the Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the sub line item number (SLIN) or CLIN level, rather than at the total contract/TO level, and to submit invoices reflecting costs incurred at that level. Supporting documentation in Wide Area Workflow (WAWF) for invoices shall include summaries of work charged during the period covered as well as overall cumulative summaries by individual labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of other direct costs (ODCs), materials, and travel, by technical instruction (TI), SLIN, or CLIN level. For other than firm fixed price subcontracts, subcontractors are also required to provide labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced. Supporting documentation may be encrypted before submission to the prime contractor for WAWF invoice submittal. Subcontractors may email encryption code information directly to the Contracting Officer and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the Contracting Officer and COR; or other method as agreed to by the Contracting Officer.



(b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and Contracting Officer on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and Contracting Officer email notification as required herein.



(End of Text)





G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018)



(a) The Government reserves the right to administratively substitute any of the points of contact listed below at any time.



(b) The contracting officer is the only person authorized to change this contract or orders issued thereunder. The Contractor shall not comply with any order, direction or request of Government personnel - that would constitute a change - unless it is issued in writing and signed by the Contracting Officer or is pursuant to specific authority otherwise included as part of this contract. If, in the opinion of the contractor, an effort outside the existing scope of this contract is requested, the contractor shall promptly comply with the Notification of Changes clause of this contract.



(c) The points of contact are as follows:



(i) The Procuring Contracting Officer (PCO) is:



Name: Denise Swain

Address: NNSY, Portsmouth, VA

Phone: 757-396-2206

E-mail: denise.j.swain.civ@us.navy.mil



(ii) The Contract Specialist is:



Name: Crystal Porter

Address: NNSY, Portsmouth, VA

Phone: 757-396-8348

E-mail: crystal.p.porter.civ@navy.mil



(iii) The Administrative Contracting Officer (ACO) is:



Name: [ * ]

Address:

[ *Street ]

[ *City, State, Zip ]

Phone: (Area Code) xxx- [xxxx];

E-mail: [ * ]



(d) The Contracting Officer’s Representative (COR) is the contracting officer’s appointed representative for technical matters. The COR is not a contracting officer and does not have the authority to direct the accomplishment of effort which is beyond the scope of the contract or to otherwise change any contract requirements. An informational copy of the COR appointment letter, which provides a delineation of COR authority and responsibilities, will be provided upon award of this contract.



The Contracting Officer’s Representative (COR) is:



Name: [ * ]

Address:

[ *Street ]

[ *City, State, Zip ]

Phone: (Area Code) xxx- [xxxx]; FAX: (Area Code) xxx- [xxxx]

E-mail: [ * ]



(e) The Alternate Contracting Officer’s Representative (ACOR) is responsible for COR responsibilities and functions in the event that the COR is unavailable due to leave, illness, or other official business. The ACOR is appointed by the contracting officer; a copy of the ACOR appointment will be provided upon award of this contract.



The Alternate Contracting Officer’s Representative (ACOR) is:



Name: [ * ]

Address:

[ *City, State, Zip ]

Phone: (Area Code) xxx- [xxxx]; FAX: (Area Code) xxx- [xxxx]

E-mail: [ * ]



(f) The Technical Point of Contact (TPOC) is the contracting officer’s representative for technical matters when a COR is not appointed. The TPOC is responsible for technical issues of contract administration, such as providing all items of Government Furnished Information (GFI), Government Furnished Material (GFM) and Government Furnished Equipment (GFE) if specified in the contract as well as the inspection and acceptance of all contract deliverables.



The Technical Point of Contact (TPOC) is:



Name: [ * ]

Address: [ *Street ]

[ *City, State, Zip ]

Phone: (Area Code) xxx- [xxxx]; FAX: (Area Code) xxx- [xxxx]

E-mail: [ * ]



(g) The Alternate Technical Point of Contact (ATPOC) is responsible for TPOC responsibilities and functions in the event that the TPOC is unavailable due to leave, illness, or other official business.



The Alternate Technical Point of Contact (ATPOC) is:



Name: [ * ]

Address:

[ *City, State, Zip ]

Phone: (Area Code) xxx- [xxxx]; FAX: (Area Code) xxx- [xxxx]

E-mail: [ * ]



(h) The Ombudsman will review complaints from the contractors and ensure that all contractors are afforded a fair opportunity to be considered, consistent with the procedures in the contract.



The Ombudsman is:



Name: [ * ]

Address:

[ *Street ]

[ *City, State, Zip ]



Phone: (Area Code) xxx- [xxxx];

E-mail: [ * ]



(i) The Authorized Ordering Person(s) for Per-Call Maintenance is responsible for issuing and maintaining records for any per-call orders for remedial maintenance placed under this contract. No per-call order shall be placed outside the scope of this contract and the cumulative total of all orders shall not be in excess of any not-to-exceed amount specified in the contract. Per-call orders shall not, in any way, modify any terms and conditions of the contract.



(j) The Authorized Ordering Person(s) for Per-Call Maintenance is:



Name: [ * ]

Address:

[ *Street ]

[ *City, State, Zip ]

Phone: (Area Code) xxx- [xxxx];

E-mail: [ * ]



(k) The Contractor's point of contact for performance under this contract is:



Name: [ * ]

Address:

[ *Street ]

[ *City, State, Zip ]

Phone: (Area Code) xxx- [xxxx]; FAX: (Area Code) xxx- [xxxx]

E-mail: [ * ]



[ * ] To be completed at contract award



(End of Text)



C-204-H001 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES (NAVSEA) (OCT 2018)



G-232-H002 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE (NAVSEA) (JUN 2018)



G-242-H002 HOURS OF OPERATION AND HOLIDAY SCHEDULE (NAVSEA) (JUL 2021)



L-204-H003 NOTIFICATION OF USE OF NAVY SUPPORT CONTRACTOR FOR OFFICIAL CONTRACT FILES (NAVSEA) (APR 2019)



ATTACHMENTS





Attachment – COMBO-SOLE Source-N4215824QN020



Attachment- Statement of Work



Attachment - Quote Sheet



Attachment – GFP Attachment










Attachments/Links
Contact Information
Contracting Office Address
  • 1 NORFOLK NAVAL SHIPYARD BUILDING 276
  • PORTSMOUTH , VA 23709-1001
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 05, 2024 04:40 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 >