Texas Bids > Bid Detail

N0018923Q0149 Mock Ship

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 81 - Containers, Packaging, and Packing Supplies
Opps ID: NBD00159569014988278
Posted Date: Jul 12, 2023
Due Date: Jul 21, 2023
Solicitation No: N0018923Q0149
Source: https://sam.gov/opp/ad36acf7f2...
Follow
N0018923Q0149 Mock Ship
Active
Contract Opportunity
Notice ID
N0018923Q0149
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP GLOBAL LOGISTICS SUPPORT
Sub Command 2
NAVSUP FLC NORFOLK
Office
NAVSUP FLT LOG CTR NORFOLK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jul 11, 2023 06:53 pm EDT
  • Original Published Date: Jul 10, 2023 03:19 pm EDT
  • Updated Date Offers Due: Jul 21, 2023 01:00 pm EDT
  • Original Date Offers Due: Jul 21, 2023 01:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 05, 2023
  • Original Inactive Date: Aug 05, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 8150 - FREIGHT CONTAINERS
  • NAICS Code:
    • 332311 - Prefabricated Metal Building and Component Manufacturing
  • Place of Performance:
    JBSA Lackland , TX 78236
    USA
Description

Please see the solicitation N0018923Q0149 attachment in this announcement for more details including the instructions to offerors and evaluation criteria. The solicitation also contains the Performance Work Statement. Please sign the solictiation and complete CLIN pricing on page 11. Also complete the any applicable clause information.



Combined Synopsis/Solicitation

The NAVSUP Fleet Logistics Center Norfolk (FLCN), Contracting Department, Norfolk VA intends to award a to award a Firm Fixed Price, 100% Small Business set-aside for Pre-Engineered Tactical Training Simulator (TTS) in support of Naval Technical Training Center (NTCC), Lackland Air Force Base, and Joint Base San Antonio. THIS NOTICE IS NOT A REQUEST FOR COMPETIVE QUOTATIONS. A request for quote will be available for download on or about 10 July 2023 under RFQ number N0018923Q0149 at the following website: beta.sam.gov.



This action will be solicited as a 100% Small Business set-aside under FAR Part 12 “Acquisition of Commercial Items,” using FAR Part 13.5, Simplified Procedures for Certain Commercial Items as supplemented with the additional information included in this notice. This action will result in a firm fixed-price award type contract for Pre-Engineered Tactical Training Simulator (TTS).



Pre-Engineered Tactical Training Simulator (TTS) for Naval Technical Training Center (NTCC), Lackland Air Force Base, and Joint Base San Antonio. This announcement will close on 21 July 2023, 01:00 PM Eastern time. Responses may be submitted to Courtney Dunlow who can be reached at email courtney.p.dunlow.civ@us.navy.mil.



System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://beta.sam.gov/ . All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.



The applicable North America Industry Classification System (NAICS) code is 32311 and size standard of 750 employees. Interested persons may identify their interest and capability to respond to the requirement. Any information received will be reviewed by NAVSUP FLC Norfolk Contracting Department. A determination by the Government not to compete the proposed contract action based upon responses to this notice is solely within the discretion of the Government. Potential vendors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available by downloading the documents at the above website. This office will no longer issue hard copy solicitations. By submitting a quote, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contract from any federal agency. Failure to do so may represent grounds for refusing to accept the quote. Through its submission, 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 this solicitation, except for award to foreign vendor for work to be performed outside the United States. Lack of registration in the CCR database will make a vendor ineligible for award. Vendors may obtain information on registration and annual confirmation requirement by calling 1-866-606-8220, or via the internet at http://www.sam.gov.



The Government intends to award a single purchase order with Firm Fixed Price (FFP) Provisions as a result of this solicitation and in accordance with the policies and procedures of FAR Part 12, Acquisition of Commercial Products and Commercial Services and FAR Subpart 13.5, “Simplified Procedures for Certain Commercial Products and Commercial Services.” Award will be made to that vendor whose quote is most advantageous to the Government under the selection criteria set forth in this solicitation. The Government intends to evaluate quotes and award a contract based on initial quotes. Therefore, the vendor's initial quote should contain the vendor's best terms from a Past Performance and Price standpoint. The Government reserves the right to award a FFP contract to other than the lowest priced quote; award a FFP contract without exchanges; or award a FFP contract after exchanges, whichever is in the best interest of the Government





Initial quotes and any modifications thereto are to be submitted to Courtney Dunlow, at courtney.p.dunlow.civ@us.navy.mil on or before the closing date and time cited elsewhere in this solicitation. Faxes, mailed, and/or responses through beta.SAM.gov or any method other than email are NOT acceptable.



QUESTIONS:



Vendors may submit questions regarding clarification of solicitation requirements via email to the contracting specialist, Courtney Dunlow at courtney.p.dunlow.civ@us.navy.mil. It is requested that all questions be received by 01:00 PM, Eastern Standard Time, on 18 July 2023, as time may not permit responses to questions received after that date to be prepared and issued prior to the receipt of quotes. Questions received after the deadline may or may not be answered at the discretion of the Government.


Attachments/Links
Contact Information
Contracting Office Address
  • ATTENTION CODE 301 1968 GILBERT STREET SUITE 600
  • NORFOLK , VA 23511-3392
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >