Description
CONTACT INFORMATION|4|N741.P08|ER2|215-697-5095|JESSICA.T.GRZYWNA.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|6|X|||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORTS (COMBO)||COGNIZANT DFAS|N00104|COGNIZANT DCMA|COGNIZANT DCMA|SEE SCHEDULE|SOURCE|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS MECHANICSBURG| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|1 YEAR AFTER DATE OF DELIVERY|45 DAYS AFTER DISCOVERY OF DEFECT||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|334220|1250|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| The purpose of this amendment is to extend the offer due date until 20 FEB 2026. \ The purpose of this amendment is to extend the solicitation close date until 06 NOV 2025. The purpose of this amendment is to extend the solicitation close date until 29 AUG 2025. 1.This is an EAF spares requirement is for quantity 30 DR PULLEY BUSH ASSY (NSN 3HD 3020 016877256 SQ). 2.This requirement is 100 Percent set-aside for small businesses. 3.The Government will issue an award resulting from this Request for Quotation (RFQ) to the responsible offeror whose quotation, conforming to the solicitation, results in the best value to the Government, considering both price and non-price factors. The following factors will be used to evaluate competitive offers received in response to this RFQ: 4.Price 5.Non-Price Factors 6.Delivery Lead Time. The proposed delivery lead times and schedules will be evaluated and the proposed delivery lead time considered to be in the best interest of the Government will be rated higher than other delivery lead times proposed. 7.Past Performance. The offeror?s past performance on related contractswill be evaluated to determine, as appropriate, successful performance ofcontract requirements, quality and timeliness of delivery of goods andservices, cost management, communications between contracting parties, proactive management, and customer satisfaction. 8.All non-price evaluation factors, when combined, are approximately equal to price. 9.All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders and modifications) related to the instant procurement are consid…
Classification
Contracting Office
Contacts