Inactive
Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
Notice ID:N6893621R0006
This Amendment adds only that the intended contract is intended to be a multiple award contract. The Amendment also lengthens the closing date to 12/14/2020. Nothing else in the Synopsis is altered by...
This Amendment adds only that the intended contract is intended to be a multiple award contract. The Amendment also lengthens the closing date to 12/14/2020. Nothing else in the Synopsis is altered by this Amendment. The synopsis is thus amended as seen below, with red font to point out the addition of “multiple award:” The Naval Air Warfare Center Weapons Division (NAWCWD) China Lake, CA intends to contract with a contractor who can provide system maintenance, installation, and engineering capabilities. The selected organization will repair equipment, re-establish building functions, increase equipment capability, and install new equipment. Presently, existing buildings and equipment require constant repairs due to the age and current conditions; upgrades and repairs are important to obtain to meet accreditation standards to allow for safe quality operation. It is anticipated that this procurement will be set-aside for a Hubzone concern resulting in a Firm Fixed Price (FFP), Multiple-award, Indefinite Delivery Indefinite Quantity (IDIQ) award to fulfill this requirement under authority of, and in accordance with, FAR 15. The solicitation or Request for Proposal (RFP) will be posted in Contract Opportunities on the beta.sam website at https://beta.sam.gov/ on or about December 2020. All responsible sources must be registered in the System for Award Management (SAM) database at the following website: https://www.sam.gov/portal/public/SAM/ https://www.sam.gov/SAM/. Written responses shall be submitted by e-mail to the point(s) of contact listed below or mailed to the Contracting Office Address listed below no later than 10 days from this notice date. This notice of intent is not a request for competitive proposals; however, any firm believing it can fulfill the requirement identified above may submit a written response which shall be considered by the agency. The written response shall reference solicitation number N68936-21-R-0006 and provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information (CUI) or Export Controlled information in Contract Opportunities within beta.sam.. See the DLA website for the Joint Certification Program: https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/