Diesel Engine Annual Maintenance & Repair Services

Agency: DEPT OF DEFENSE
State: Idaho
Type of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Posted: Apr 12, 2024
Due: Apr 17, 2024
Solicitation No: N0016724Q0104
Publication URL: To access bid details, please log in.
Follow
Diesel Engine Annual Maintenance & Repair Services
Active
Contract Opportunity
Notice ID
N0016724Q0104
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NSWC CARDEROCK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 12, 2024 12:50 pm EDT
  • Original Published Date: Apr 04, 2024 04:12 pm EDT
  • Updated Date Offers Due: Apr 17, 2024 02:00 pm EDT
  • Original Date Offers Due: Apr 12, 2024 10:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 02, 2024
  • Original Inactive Date: Apr 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J059 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Bayview , ID 83803
    USA
Description

**Amendment 0001 attached to extend the offeror due date to 17 April 2024 at 2:00 p.m. Responses to Vendor Questions provided as attachment.**



This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, in conjunction with FAR Part 13, as supplemented with additional information included in this notice. Naval Surface Warfare Center Carderock Division (NSWCCD) intends to award a firm fixed price (FFP) purchase order using Simplified Acquisition Procedures for Diesel Engine Maintenance & Repair Services that meets the specifications outlined below. The proposed contract action is for commercial services for which the Government intends to solicit as small business set-aside. This announcement constitutes the only solicitation and a written solicitation will not be issued. Quotes are being requested under Request for Quotation (RFQ) no. N00167-24-Q-0104. The NAICS code is 811310 and the small business size standard is $12.5 millions of dollars.

The provisions and clauses included and/or incorporated in this solicitation document are those in effect through the Federal Acquisition Circular (FAC). This RFQ incorporates all provisions and clauses in effect through FAC 2024-03 and the Defense Federal Acquisition Regulation Supplement (DFARS) DPN 03/26/2024.

Shipping term shall be FOB Destination.

See attached solicitation for a list of line item number(s) and items, quantities, and units of measure, clauses and provisions including the provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, the provison at 52.212-2, Evaluation-Commercial Products and Commercial Services which includes the specific evaluation criteria, the clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services and the clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition.

Additionally, include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with your quote IF your company does not have the Representations and Certifications completed in SAM.gov.

The Government will award a contract resulting from this solicitation to the responsible quoter whose quote, conforming to the solicitation that will be most advantageous to the Government, price and other factors considered. The Government intends to evaluate all timely quotes received from eligible quoters on a lowest price technically acceptable (LPTA) basis. The Government intends to evaluate quotations and award a contract without discussions with quoters.

QUESTIONS: Offerors may submit their questions regarding clarification of solicitation requirements to Brittany Tavassoli by email at brittany.b.tavassoli.civ@us.navy.mil no later than 10:00 AM EST on 09 April 2024. Any questions received after this deadline may not be answered. Questions received by the deadline will be answered in an amendment to the solicitation.



Quote packages are due by 12 April 2024 at 10:00 AM EST. Late quotes will not be considered. Quote packages shall be sent to brittany.b.tavassoli.civ@us.navy.mil and contain a cover sheet that provides the following information:




  1. Official Company Name;

  2. Point of contact including name and phone number; and

  3. Cage Code number.




To be considered for this opportunity, all quotes shall be submitted in either Microsoft Word, Excel spreadsheet or Adobe PDF. Quote must include price(s), FOB Destination, a point of contact, name and phone number, business size, and cage code. An award will be made based on Lowest Price Technically Acceptable (LPTA). Each quote must clearly indicate the capability of the vendor to meet all specifications and requirements in the SOW. Responses to this solicitation are due by 10:00 AM EST on 12 April 2024. Email quotes to Brittany Tavassoli, at brittany.b.tavassoli.civ@us.navy.mil.



Quotes shall be valid for sixty (60) days (at minimum).



The Point of Contact for this acquisition is Brittany Tavassoli, at brittany.b.tavassoli.civ@us.navy.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • CARDEROCK DIVISION 9500 MACARTHUR BOULEVARD
  • BETHESDA , MD 20817-5700
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Apr 4, 2024[Combined Synopsis/Solicitation (Original)] Diesel Engine Annual Maintenance & Repair Services
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow SOFTWARE LICENSING OPPORTUNITY Wetlands Geoprocessor: Pioneering Water Purification and Cost Analysis Tool

Federal Agency

Bid Due: 2/07/2025

SOFTWARE LICENSING OPPORTUNITY Solar Irrigate: Optimizing Agricultural Energy Efficiency with Solar Power Active

Federal Agency

Bid Due: 2/07/2025

Follow Open Source Software: LIGGGHTS-INL: Pioneering Biomass Feedstock Handling with Advanced Particle Simulation

Federal Agency

Bid Due: 3/15/2026

Follow Open-Source Software: Revolutionizing Financial Performance Analysis with TEAL: Bridging Engineering and Economics

Federal Agency

Bid Due: 3/15/2026

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.