Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:N5005424RCHB001
The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk Contracting Department, Norfolk, VA 23511, intends to award a firm-fixed price type Indefinite Delivery Indefinite Quanti...
The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk Contracting Department, Norfolk, VA 23511, intends to award a firm-fixed price type Indefinite Delivery Indefinite Quantity contract using the policies and procedures of Federal Acquisition Regulation (FAR) Part 12, FAR Part 13.5, FAR subpart 19.5, and FAR subpart 19.804-6. This requirement will be solicited via sam.gov as a competitive 100% small business set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 332312 - Fabricated Structural Metal Manufacturing, with a size standard of 500 (# of Employees). The Product Service Code is 2090 -Miscellaneous Ship and Marine Equipment. The anticipated performance location is at DLA Distribution Center, Norfolk, VA at a Government facility/site. Mid-Atlantic Regional Maintenance Center (MARMC) has a continuous need to purchase Stainless Steel Partitions / Bulkhead Material, as defined within the requirement, and related material in support of the NAVSEA Shipboard Habitability Improvement Program at competitive prices in accordance with the delivery schedules herein. In general, this category of material is stainless steel sheet metal with furniture quality fabrication, forming, welding and finishing, and related materials. The anticipated contract will include a five (5) year ordering period, and a six (6) month option period, in accordance with FAR 52.217-8 if needed. The period of performance will begin on 15 September 2024 through 14 March 2030, including FAR 52.217-8. The solicitation is expected to be available around 16 June 2024. Dates in this notice are projected and may change without modifying this notice. Potential contractors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be in electronic form. THE SOLICITATION IS NOT YET AVAILABLE. Once available, the solicitation will be posted to this site, System for Award Management (SAM), sam.gov. All responsible sources may submit a proposal that will be considered by the government. By submitting a proposal, the offeror will be self-certifying that neither the principal corporate officials nor 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 proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the SAM database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements via https://www.sam.gov. Please direct all questions regarding this requirement to Joseph Frech at joseph.l.frech.civ@us.navy.mil and Jill Joscelyn at jill.h.joscelyn-smith.civ@us.navy.mil.