Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2025 SAM #8559
SOLICITATION NOTICE

J -- One-Time Repair Service for Pratt and Whitney Grinder 26x110x96 STRUT. Serial number: 31032

Notice Date
5/1/2025 7:42:47 AM
 
Notice Type
Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
FLEET READINESS CENTER PATUXENT RIVER MD 20670 USA
 
ZIP Code
20670
 
Solicitation Number
N6852025R0039
 
Response Due
5/9/2025 1:00:00 PM
 
Archive Date
05/24/2025
 
Point of Contact
Sean Quigley, Amanda Taylor
 
E-Mail Address
sean.s.quigley.civ@us.navy.mil, amanda.j.taylor80.civ@us.navy.mil
(sean.s.quigley.civ@us.navy.mil, amanda.j.taylor80.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Synopsis Not required per FAR 5.101(a)(1) This announcement constitutes the only solicitation; quotes are being requested. The Government intends to purchase on a firm fixed-price basis and to solicit and negotiate the proposed purchase order on a Total Small Business Set Aside basis under the authority of FAR part 12 and FAR Part 13 procedures. Set Aside: Total Small Business Set Aside NAICS code for this announcement is 811310, and small business size standard is 12.5 (millions of dollars). OLICITATION CLOSING DATE: Interested persons must submit quotes to respond to the requirement. All quotes must be received by 4:00 PM EDT May 09, 2025, to be considered by the Government. Interested parties shall submit their quotes via email to sean.s.quigley.civ@us.navy.mil Submission: All interested vendors MUST submit quotes. In addition to information required hereunder, Quotes shall include the following: � Price (inclusive of shipping) and any discount terms � Vendor Contact Name, Phone Number and Email Address � Company Cage Code and Unique Entity ID Number � Business Size: Small/Large/Other: _______________ � Place of Manufacture � Terms of Warranty � Any Lead time for manufacturing � A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the Statement of Work. This may include product literature, or other documents, if necessary To obtain or renew a Unique Entity ID Number and/or CAGE code, please visit https://beta.sam.gov/. All companies must be registered in the System for Award Management at https://beta.sam.gov/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instructions shall be provided at time of award Description of Requirement: N68520-25-R-0039 This effort is for all the necessary supplies and services to perform repair for a Government owned asset located at the Fleet Readiness Center Southwest (FRCSW), Naval Base Coronado, Bldg. 472, Naval Air Station (NAS) North Island, San Diego, California, 92135-7058. The requested service is for a Pratt and Whitney 26x110x96 STRUT. Serial number: 31032 The Period of Performance (POP) for the requested services is for a period not to exceed thirty (30) days after contract award date. Please see attached RFQ for full requirements Delivery, Inspection, and Acceptance: Deliver FOB Destination. Delivery to Chris Collins at Fleet Readiness Center Southwest (FRCSW), Naval Air Station (NAS) North Island Building 36 San Diego, CA 92135. Partial delivery is NOT accepted. Conformance to SOW: You must provide the supplies and services in accordance with the Statement of Work. Unless an exception is specifically noted within your quote, your quote will be considered to be in complete conformance to the solicited requirements. SOLICITATION CLOSING DATE: Interested persons must submit quotes to respond to the requirement. All quotes must be received by 4:00 PM EST May 09, 2025, to be considered by the Government. BASIS FOR SELECTION: Contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106 and commercial procedures in accordance with FAR Part 12. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical: The quote must be rated as technically acceptable to be eligible for award. In order to be technically acceptable, the Quote must demonstrate compliance with all terms and conditions of the solicitation, compliance with all salient characteristics identified in the Statement of Work. The Quote must provide sufficient detail to demonstrate that the vendor understands the scope of the Government's requirements. Quotes that fail to meet the above will be technically unacceptable and rejected. (2) Price. (3) The Supplier Performance Risk System (SPRS) application (https://www.sprs.csd.disa.mil) will be used in the evaluation of suppliers' past performance in accordance with DFARS 213.106-2(b)(i). This is a competitive lowest price, technically acceptable acquisition following simplified acquisition procedures IAW FAR part 13 in which competing offerors price will be evaluated on a basis significantly more important than technical. By submission of its offer in accordance with the instructions provided in clause FAR 52.212-1, Instructions to Offerors, the offeror accedes to the terms of this model contract and all such offers shall be treated equally except for their prices and technical records. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: Basis for award will be Lowest Price Technically Acceptable (LPTA). Beginning with the lowest priced offer, the contracting officer will seek recent and relevant technical information on all offers based on the references provided by the offeror, if the lowest priced evaluated offer is judged technically acceptable, then that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. If the lowest priced offeror is not judged technically acceptable, the next lowest priced offeror will be evaluated, and the process will continue (in order by price) until an offeror is judged technically acceptable or until all offerors are evaluated. Discussions: The Government intends to award a purchase order without discussions with respective vendors. The Government however, reserves the right to conduct discussions/interchanges if deemed in its best interest. Communication conducted to resolve minor or clerical errors will not constitute interchanges and the contracting officer reserves the right to award a contract without the opportunity for revision. The Government reserves the right to hold interchanges using Interchange Notices (INs) if, during the evaluation, it is determined to be in the best interest of the Government. Offeror responses to INs will be considered in making the award decision. The Government may conduct Interchanges with one, some, none, or all Vendors at its discretion. Cost of Quotes: Expenses incurred in the preparation of quotes in response to this RFQ are the vendor�s sole responsibility and not reimbursable by the Government. Attachments: Request for Quote (RFQ) N6852025Q0029 QUESTIONS AND INQUIRIES CONCERNING THIS RFQ: All questions and inquiries concerning any aspect of this requirement must be submitted in writing to Sean Quigley, sean.s.quigley.civ@us.navy.mil; Telephone requests will not be honored. Deadline for submittal of questions is May 09, 2025 at 4:00 PM EDT. The Government�s response to inquiries will be made in writing. Any resulting additions, deletions or changes to the RFQ will be updated on this SAM.gov posting. PLEASE NOTE: A quote does not constitute a contract; therefore, an obligation to your company is not official until you receive an awarded contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d538992255bb47108bfac707762f49ea/view)
 
Place of Performance
Address: San Diego, CA 92135, USA
Zip Code: 92135
Country: USA
 
Record
SN07427795-F 20250503/250501230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.