This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR 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 constitutes the only solicitation; a written solicitation will be issued. The RFQ number is N42158-24-Q-E057. 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:
FAR Clauses: https://acquisition.gov
DFARS Clauses: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html
DASN(P) site: https://www.secnav.navy.mil/rda/DASN-P/Pages/NMCARS.aspx.
The Services Contract Division, C411, Norfolk Naval Shipyard (NNSY), Portsmouth, VA intends to negotiate a Firm Fixed-Price contract on the following item(s): LINE ITEM 0001 – Hepa Filter Element, (SEE ATTACHED SOLICITATION FOR LINE ITEM DESCRIPTION) for the Norfolk Naval Shipyard, Portsmouth, VA. The required delivery date is 30 July 2024. The NAICS code is 333998 and the Small Business Standard is 750 employees. The proposed contract to be solicited as 100 percent Small Business. This requirement is SOLE SOURCE/BRAND NAME to AAF FLANDERS. No other manufacturers will be considered.
FOB Destination applies. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.
All responsible sources may submit a quotation which will be considered by the Government. By submitting a quotation, the vendor 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 quotation. The Contracting Officer reserves the right to conduct verbal or written discussions with respect to other than price with the vendors at any time prior to award. By submission of a quotation, 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 the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in SAM database will make a vendor ineligible for award. Vendors may obtain information on registration and annual confirmation requirements by visiting https://www.sam.gov.
To be considered for this contract opportunity, the offeror must provide the following
required documents. Failure to provide all required documents by the closing date and
time shall preclude a quote from award consideration.
1. Solicitation Document N4215824QE057 - Vendor shall annotate unit price and total amount for CLIN 0001 in Section B. On page 1, complete Block 17a with vendor name/address, phone number and CAGE Code. Complete Blocks 30a thru 30c with signature of offeror, name/title and date signed.
2. Contractor Technical Certification - Vendor shall complete the Technical Capability Statement, Attachment (C). Mark yes or no. Initial and date.
Additionally, offeror must provide the following information with the quote:
1. Business Size, Payment Terms, and Tax Identification Number (EIN).
2. Completed FAR 52.212-3 Representations and Certifications unless otherwise completed
in SAM.
3. Performance Availability: ability to meet the Jun need by dates.
4. Provide a technical description of the services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation document. Technical submission includes but not limited to service specifications, DOT number, radioactive material or hazmat transport experience, etc.
Email quote (required documents and requested information) to the Primary POC [email protected] and Alternate POC [email protected]
Please direct questions regarding this requirement to Candis Patterson at [email protected]
ATTACHMENTS
COC
Sole Source
Technical Capability