Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:N6883621Q0281
Combined Synopsis/Solicitation T-44 Condenser and Evaporator Coils Overhaul Services Jacksonville, FL This is a combined synopsis/solicitation for commercial items prepared in accordance with the form...
Combined Synopsis/Solicitation T-44 Condenser and Evaporator Coils Overhaul Services Jacksonville, FL This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5 as supplemented with additional information included in this notice. This announcement (including attachments) constitutes the only solicitation. This combined synopsis/solicitation number N6883621Q0281 is issued as a request for quote (RFQ) for a firm-fixed-price single award task order contract. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2021-06 and DFARS Publication Notice 20210709. The procurement is 100% set aside for Small Business concerns and the associated North American Industrial Classification System (NAICS) code is 488190 with an applicable size standard of $35.0M. The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC), Jacksonville, Florida is soliciting quotes of companies to provide overhaul services for T-44 Condenser and Evaporator Coils, upon request by the Government for the Fleet Readiness Center Southeast (FRCSE). The Contractor shall provide overhaul services in accordance with (IAW) the Performance Work Statement (PWS) within the attached SF 1449. Offerors shall provide proposed prices for each Contract Line Item Number (CLIN): 0001 Condenser Coils, QTY 8 EA 0002 Evaporator Coils, QTY 4 EA 1001(option) Condenser Coils, QTY 8 EA 1002(option) Evaporator Coils, QTY 4 EA 2001(option) Condenser Coils, QTY 8 EA 2002(option) Evaporator Coils, QTY 4 EA 3001(option) Condenser Coils, QTY 8 EA 3002(option) Evaporator Coils, QTY 4 EA 4001(option) Condenser Coils, QTY 8 EA 4002(option) Evaporator Coils, QTY 4 EA Period of performance (POP) is a base year plus four (4) option years, as stated in the PWS. Attachments • SF 1449 N6883621Q0281 Conformed RFQ through Amendment 0001 • Attachment 01, Past Performance Reference Questionnaire Offerors must include a completed copy of the provisions at 52.204-17 Ownership or Control of Offeror (AUG 2020), 52.204-20 Predecessor of Offeror (AUG 2020), 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020), 52.204-26 Covered Telecommunications Equipment or Services--Representation (OCT 2020), 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law, 52.212-3 Offeror Representations and Certifications--Commercial Items (FEB 2021) Alternate I (OCT 2014), 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals--Representation (DEC 2016), 252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation (DEC 2019), 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation (MAY 2021), and 252.226-7002 Representation for Demonstration Project for Contractors Employing Persons with Disabilities (DEC 2019) with their offer. It is the vendors responsibility to monitor the NECO or FBO system for amendments issued in reference to this requirement. All Contractors who provide goods/services to the DOD must be registered in the SYSTEM FOR AWARD MANAGEMENT (SAM) to receive an award, FAR 52.204-7 System for Award Management. Online Certifications and Representations are also required. Failure to comply with the SAM registration may deem a vendor ineligible for award. Only one award will be made under FAR Part 12 procedures. The awarded contract will be of a Firm Fixed Price Single Award Task Order Contract (SATOC) type. All offers shall be received via email no later than (NLT) 3:00 p.m. Eastern Standard Time (EST), 20 August 2021. No telephonic responses will be accepted. Procedures in FAR 13.106 are applicable to this procurement. The FAR 52.212-2 and the 52.212-2 Addendum in the attached SF 1149 describe the evaluation procedures applicable to this requirement. Questions concerning this solicitation must be submitted NLT 10:00 a.m. EST, 16 August 2021 to reasonably expect a response from the Government. Questions not received within the prescribed time and date WILL NOT be considered. The Government intends to award without discussions, however, reserves the right to hold discussions, if necessary. Therefore, offerors should provide their best possible quote from a technical and pricing standpoint. Send quotes via email to Kimberley.sanders@navy.mil and Harold.melton@navy.mil.