Agency: | DEPT OF DEFENSE |
---|---|
State: | Virginia |
Type of Government: | Federal |
Category: |
|
Posted: | Mar 22, 2024 |
Due: | Mar 26, 2024 |
Solicitation No: | N0017824Q6747 |
Publication URL: | To access bid details, please log in. |
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).
COMBINED SYNOPSIS/SOLICITATION #: N0017824Q6747
Submitted by: Jessica Gallagher
NAICS Code: 337214
FSC Code: 5640
Anticipated Date to be published in SAM.gov: 21 March 2024
Anticipated Closing Date: 26 March 2024
Contracts POC Name: Jessica Gallagher
Telephone#: 540-742-4098
Email Address: Jessica.b.gallagher2.civ@us.navy.mil
Code and Description: 5640 - Wallboard, Building Paper, And Thermal Insulation Materials
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Synopsis/Solicitation N0017824Q6747 is issued as a Request for Quotation (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF1449. The SF1449 form is being utilized to generate the applicable clauses from the Standard Procurement System.
This requirement is not eligible for small business set-aside.
Material must be TAA compliant.
The Naval Surface Warfare Center, Dahlgren Division (NSWCDD), intends to procure on a Brand Name or Equal basis for furniture with installation services, manufactured by Trendway Corporation. The existing cubicle farm only has seating for 6 personnel. Growth in the programs that utilize the space necessitate the need to increase the seating for 11 personnel in the same footprint. The existing furniture is still in good shape and can be partially reutilized and reconfigured with new parts to accomplish this requirement. Existing Trendway furniture will be used during this remodeling effort, so the same brand name furniture is required for this effort. Any other furniture type will not be uniform as well as not be able to be integrated when piecing the furniture together. The material/service must be compatible in all aspects (form, fit and function) with existing furniture presently installed. Purchasing another brand would result in an significant additional cost if all new furniture from any other vendor was procured. This additional cost could not be recovered through full and open competition.
Please include shipping/freight cost to Dahlgren, VA 22448-5114. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 13. The order shall be firm fixed price.
All responsible offerors must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3. Offerors must complete the following representations when the resulting contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied FAR Part 19. All offerors may submit a capability statement, proposal, or quotation which shall be considered by the agency. The completion and submission to the Government of an offer shall indicate the Offeror’s unconditional agreement to the terms and conditions in this solicitation. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken.
At time of proposal submission please submit any historical data as well as published pricing. Quotes will only be accepted from authorized re-sellers who have provided a Letter of Authorization. Award will be made based on Lowest Price Technically Acceptable.
In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov.
Please return a signed copy of the SF1449 with your quote.
Quote is due 26 March 2024, no later than 12:00 p.m. EST with an anticipated award date by 26 April 2024. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to jessica.b.gallagher2.civ@us.navy.mil prior to the RFQ closing. Email should reference Synopsis/Solicitation Number
N0017824Q6747 in the subject line.
Attachments –
-SF1449: Solicitation for Commercial Items
-Statement of Work
With GovernmentContracts, you can:
...Order Contract for Renovations, Remodeling and Repair Services Status: Open Time Left:19 days..., ...
State Government of Virginia
Bid Due: 5/16/2024
...Industry Classification System (NAICS) Code is 236220 (Office Renovation and Remodeling). The small...
DEPT OF DEFENSE
Bid Due: 6/07/2024
...renovation and remodeling of 2C Neurology area into administrative offices and exam rooms. ...
VETERANS AFFAIRS, DEPARTMENT OF
Bid Due: 5/17/2024
...Renovation and Remodeling). The small business size standard is $45M. Department of Labor ...
DEPT OF DEFENSE
Bid Due: 5/10/2024