Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:N0042124Q0175
Sole Source U.S. Government ~ Tax Exempt All quotes/responses shall be submitted via email to Johnny.E.Smith.civ@us.navy.miL and Roberta.M.Nethercutt.civ@us.navy.mil no later than March 18, 2024 by 4:...
Sole Source U.S. Government ~ Tax Exempt All quotes/responses shall be submitted via email to Johnny.E.Smith.civ@us.navy.miL and Roberta.M.Nethercutt.civ@us.navy.mil no later than March 18, 2024 by 4:00 pm Eastern Standard Time. Due to limited ability to respond to mail in bids or voicemail requests we request that any questions concerning solicitation on N00421-24-Q-0175 be emailed to Johnny.E.Smith.civ@us.navy.mil and, Roberta.M.Nethercutt.civ@us.navy.mil . Solicitation N00421-24-Q-0175 is issued as an intent to sole source. The Government intends to Purchase on a firm fixed-price basis, and to solicit and award the proposed purchase order on a Sole source basis with Test Logic, under the authority implemented by Federal Acquisition on Regulation (FAR) Part 13. And FAR 12. Offerors must be registered in SAM.GOV database prior to submission of an offer to be considered for award of any DOD contract. This may be accomplished electronically at http://www.SAM.gov. See Attached Solicitation on Standard Form SF18 and Section C Statement of Work (SOW). This procurement is a total set-aside for small business under FAR Part 52.219-6. Notice of Total Small Business Set-Aside. If a small business set aside. Representation Corporation Regarding Delinquent Tax Liability or a Felony conviction under any Federal Law Representative on Corporation on Regarding Delinquent Tax Liability or a Felony conviction on under any Federal Law. All offers must complete FAR 52.204-26 within SAM. If 52.204-26 Sec on K is completed as “does not” for provision and use of the prohibited equipment and services, FAR 52.204-24 Sec on K would not be completed and submitted separately as part of the offer per directive on within FAR 52.204-24 itself. If FAR 52.204-26 includes “does” for either provision or use, FAR 52.204-24 Sec on K is required to be completed and submitted as part of the proposal. Offers must complete 52.212-3, Offeror Representations and Certification Commercial Items in Sec on K of the solicitation on. See Attached RFQ and Sec on C Statement of Work (SOW). This is a firm fixed-price procurement; therefore, the offeror’s initial offer should represent the Vendor’s best quote in terms of lowest price and technical acceptability. Your quote must contain enough technical information to evaluate your quote. Your quote will only be evaluated on the information, you provide. ***Basis for Award*** All interested parties MUST submit a quote no later than March 18, 2024 @ 4:00 PM Eastern Standard Time. Award will be made to the vendor that submits the lowest, firm fixed-price Quotation that meets all the requirements in Sec on B and Section C Statement of Work (SOW). See a ached SF-18. ***Instructions to Offerors*** Please include the following information on with your response: FOB: Shipping Cost: Tax ID# 4. Dun & Bradstreet # Cage Code: Small Business – Yes ___ No ___ Es mated Delivery Date: Es mated Delivery Date: If available on a Pricelist, please provide a copy. (10)Total Cost: $___________ Government Points of Contact: Johnny Smith A2522013, NAWCAD Procurement Group, 21983 Bundy Road, BLDG 441 Patuxent River, MD 20670-1127 Email: johnny.e.smith.civ@us.navy.mil Roberta Nethercutt A2522003, NAWCAD Procurement Group, 21983 Bundy Road, BLDG 441 Patuxent River, MD 20670-1127 Email: roberta.m.nethercutt.civ@us.navy.mil