Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:N0018920Q0116
The intent of this request is to obtain the supervision, expertise, labor, material and equipment to perform semi-annual preventative maintenance service and hands-on inspection of stretcher/ambulance...
The intent of this request is to obtain the supervision, expertise, labor, material and equipment to perform semi-annual preventative maintenance service and hands-on inspection of stretcher/ambulance cots, cot mounting rails, and stairchairs located within Navy Region Mid-Atlantic Fire & Emergency Services. Services to completely overhaul Stryker Power Cots from the frame up, including complete hydraulic/electric/mechanical systems overhaul are outside of this contract scope. This is a COMBINED SYNOPSIS/COMMERCIAL SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, as supplemented with the additional information included in this notice. This synopsis SHALL be posted on BETA SAM ( https://beta.sam.gov/) The RFQ number is N0018920Q0116. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-00 and DFARS Publication Notice 20180629. 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 811219 and the Small Business Standard is $8M. The NAVSUP Fleet Logistics Center Norfolk (FLCN), Norfolk, VA 23511-3392 intends to negotiate a firm fixed price contract for AMBULANCE STRETCHER AND STAIRCHAIR SERVICE with (1) base12-month period, four (4) optional 12-month periods, and an additional options 6-month period in accordance with FAR 52.217-8. All responsible sources may submit a quotation which shall be considered by the agency. A complete Request for Quote (RFQ) package will be available for downloading at the BETA SAM website: https://beta.sam.gov/ on or about 06 March 2020. Potential vendors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available for download at the above web sites. The office will no longer issue hard copy solicitations. By submitting a quote, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the quote. Through its submission, the vendor acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for award to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make a vendor ineligible for award. Vendors may obtain information on registration and annual confirmation requirements by calling 1-999-227-8220, or via the Internet at http://www.sam.gov/portal/public/SAM/. Please direct all questions regarding this requirement to Joseph Singleton, joseph.d.singleton@navy.mil The requested Period of Performance is for one calendar year from contract award date. Delivery Locations will outlines in the PWS. 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 12:00 AM (EST) on 11 March 2020. Contact Joseph Singleton who can be reached at 757-443-1384 or email joseph.d.singleton@navy.mil. 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 point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. No quotes will be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.