Description
CONTACT INFORMATION|4|N741.P08|ER5|N/A|JESSICA.T.GRZYWNA.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| 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| VALUE ENGINEERING (JUN 2020)|3|||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|365 DAYS| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| SECURITY PROHIBITIONS AND EXCLUSIONS (CLASS DEVIATION 2026-O0025)(FEB 2026)|7|||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|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|336612|1000|||||||||||| INSTRUCTIONS TO OFFERORS -- COMPETITIVE ACQUISITION (NOV 2021)|2||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| The purpose of this amendment is to incorporate the following changes to the solicitation: 1.FAR Overhaul clause 52.222-90 is hereby added to the solicitation. 2.All other terms and conditions remain the same. This is an EAF spares requirement for quantity 42 SEAL ASSEMBLY (NSN 1 1HM 2040 010515069 SQ). This requirement is 100 Percent set-aside for small businesses. 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: 1.Price 2.Non-Price Factors a.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 interestof the Government will be rated higher than other delivery lead times proposed. b.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. All non-price evaluation factors, when combined, are approximately equal to price. All contractual d…
Classification
Contracting Office
Contacts