Landline Maintenance and Hardware Repair
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 (Original)
- Original Published Date: Feb 17, 2023 03:37 pm EST
- Original Date Offers Due: Feb 21, 2023 03:00 pm EST
- Inactive Policy: Manual
- Original Inactive Date: Feb 22, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
- NAICS Code:
- 811210 - Electronic and Precision Equipment Repair and Maintenance
- Place of Performance: Portsmouth , VA 23709USA
Description
REQUEST FOR QUOTE:
Issued To: Interested Parties
Solicitation Number: N4215823QN028
Solicitation Issue Date: Friday February 17, 2023
Response Deadline: Tuesday February 21, 2023 1500 (EST)
POC: Christopher Vieira
Christopher.f.vieira.civ@us.navy.mil
757-396-8356
GENERAL INFORMATION
- This is a Request for Quotation (RFQ).
- This acquisition is a 100% Small Business Set-a-Side
- This acquisition will be evaluated Lowest Price Technically Acceptable.
- North American Industry Classification System Code (NAICS) 811210 Electronic and Precision Equipment Repair and Maintenance and Product or Service Code (PSC) D320 - IT and Telecom- Annual Hardware Maintenance Service Plans. The size standard is $30M.
- The Government intends to award one Firm Fixed Price, (FFP) contract resulting from this RFQ to the responsible vendor whose quote conforms to the solicitation and will be most advantageous to the Government.
REQUIREMENT INFORMATION
Description:
The Norfolk Naval Shipyard, (NNSY) has a requirement for Landline Support and Hardware Repair in accordance with, (IAW) Attachment 1 – Statement of Work.
Place of Performance – (FOB): Origin, (to be proposed by vendor within range listed in SOW)
INSTRUCTIONS TO OFFEROR
- Questions may be submitted to the POC listed above no later than 1000 (EST) on 21 February 2023 or they may not be answered.
- Quotes in response to this solicitation must be submitted via email to the POC listed above no later than the established deadline.
- Quotes must be valid through 31 March, 2023.
EVALUATION CRITERIA
- The Government intends to award one Firm Fixed Price, (FFP) contract resulting from this solicitation to the responsible offeror whose quote conforms to the solicitation will be most advantageous to the Government, price and other factors considered. This solicitation will be evaluated with Lowest Price Technically Acceptable, (LPTA) criteria. The following factors shall be used to evaluate offers:
- Ability to Receive Award, if a contractor has been disbarred, has any active exclusions listed in SAM.gov or an Inactive SAM.gov account at the time their quote was submitted, they are not eligible for award. If the vendor does not meet the Set-Aside criteria, (if any) listed in paragraph 4 and 5 of the GENERAL INFORMATION Section, they cannot be eligible for award.
- Technical Acceptability, technical evaluation team will evaluate by assigning a rating of “acceptable” or “unacceptable”. The Government will evaluate the lowest priced quote for technical acceptability in accordance with the solicitation. If the lowest priced quote is determined not to be technically acceptable, the next lowest quote will be evaluated and so on, until one is found to be technically acceptable. When combined, the Technical Approach Document and Past Performance will be the only basis for NNSY Technical Evaluators rating of “acceptable” or “unacceptable”; see below for details.
- Technically acceptable specifications are for Landline Support and Hardware Repair and in accordance with Attachment 1 – Statement of Work.
- A Technical Approach Document - Past Performance are required. The Past Performance section shall supplement the Technical Approach when being evaluated by the NNSY Technical Evaluators.
- Technical Approach: Document shall state the contractor’s ability to complete all work elements outlined in the SOW/PWS in as much or as little detail as they believe required.
- Past Performance: Contractors shall submit past performance that is recent, (within 5 years) and relevant (similar in scope and complexity) to this requirement.
- Format: Technical Approach and Past Performance documents can be submitted in Word, Excel, or PDF format.
- Limitations: Each element, (Technical/Past Performance) will not exceed two (2) pages in length, no more than four (4) when combined. Font will not be smaller than 10pt.
- Documents which contain any Contractor identifying information or price may be deemed technically unacceptable and not considered for award:
- Price, will be evaluated on a comparative basis amongst all received quotations and the Government’s estimate. All price quotations and contractor information must be submitted on Attachment 2 - Quote Sheet, and it must be filled in entirely.
ATTACHMENTS
Attachment 1 – Statement of Work
Attachment 2 – Quote Sheet
Attachment 3 – Wage Determination
Attachment 4 – NNSY CONTRACT REQUIREMENTS
Attachments/Links
Contact Information
Contracting Office Address
- 1 NORFOLK NAVAL SHIPYARD BUILDING 276
- PORTSMOUTH , VA 23709-1001
- USA
Primary Point of Contact
- Christopher Vieira
- christopher.f.vieira.civ@us.navy.mil
- Phone Number 7573968356
Secondary Point of Contact
History
- Feb 22, 2023 11:58 pm ESTCombined Synopsis/Solicitation (Original)