Tender Results of Dept Of The Navy Usa

Tender Results of Dept Of The Navy Usa

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
R -- Maritime Position, Navigation And Timing (pnt) Systems In-service Engineering And Technical Support Services
Contract Date11 Sep 2020
Contract AmountRefer Documents 

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Maintenance Dredging For Pier 4, Philadelphia Navy Yard
Contract Date10 Sep 2020
Contract AmountUSD 4 Million 

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. The Solicitation Number Is N68335-20-q-0421 And Is Issued As A Request For Quote (rfq), Unless Otherwise Indicated Herein. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2020-08. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 511210 With A Small Business Size Standard Of $38.50m. This Requirement Is Unrestricted And Only Qualified Offerors May Submit Quotes. The Solicitation Pricing On Www.unisonmarketplace.com Will Start On The Date This Solicitation Is Posted, And, Unless Otherwise Displayed At Www.unisonmarketplace.com, Will End On: 2020-07-27 11:00:00.0 Eastern Time. This Time Supersedes The Offers Due Time Listed Above. Fob Destination Shall Be Lakehurst, Nj 08733the Nawc-ad Lakehurst Requires The Following Items, Brand Name Only (exact Match), To The Following: Li 001: P/n 7500-3083 Parametereditor M290 In625 - Parameter For Eos m 290 With Eos Nickelalloy In625 In 20, 40 μm ** See Sow For More Details, 1, Ea;solicitation And Buy Attachments***question Submission: Interested Offerers Must Submit Any Questions Concerning The Solicitation At The Earliest Time Possible To Enable The Buyer To Respond. Questions Must Be Submitted By Using The 'submit A Question' Feature At Www.unisonmarketplace.com. Questions Not Received Within A Reasonable Time Prior To Close Of The Solicitation May Not Be Considered.***for This Solicitation, Nawc-ad Lakehurst Intends To Conduct An Online Competitive Reverse Auction To Be Facilitated By The Third-party Reverse Auction Provider, Unison, Inc. Unison Marketplace Has Developed An Online, Anonymous, Browser Based Application To Conduct The Reverse Auction. An Offeror May Submit A Series Of Pricing Quotes, Which Descend In Price During The Specified Period Of Time For The Aforementioned Reverse Auction. Nawc-ad Lakehurst Is Taking This Action In An Effort To Improve Both Vendor Access And Awareness Of Requests And The Agency's Ability To Gather Multiple, Competed, Real-time Quotes. All Responsible Offerers That Respond To This Solicitation Must Submit The Pricing Portion Of Their Quote Using The Online Exchange Located At Www.unisonmarketplace.com. There Is No Cost To Register, Review Procurement Data Or Make A Quote On Www.unisonmarketplace.com. Offerers That Are Not Currently Registered To Use Www.unisonmarketplace.com Should Proceed To Www.unisonmarketplace.com To Complete Their Free Registration. Offerers That Require Special Considerations Or Assistance May Contact Marketplace Support At 1.877.933.3243 Or Via Email At Marketplacesupport@unisonglobal.com. Offerers May Not Artificially Manipulate The Price Of A Transaction On Www.unisonmarketplace.com By Any Means. It Is Unacceptable To Place Bad Faith Quotes, To Use Decoys In The Www.unisonmarketplace.com Process Or To Collude With The Intent Or Effect Of Hampering The Competitive Www.unisonmarketplace.com Process. Should Offerers Require Additional Clarification, Notify The Point Of Contact Or Marketplace Support At 1.877.933.3243 Or Marketplacesupport@unisonglobal.com.use Of Unison Marketplace: Buyers And Sellers Agree To Conduct This Transaction Through Unison Marketplace In Compliance With The Unison Marketplace Terms Of Use. Failure To Comply With The Below Terms And Conditions May Result In Offer Being Determined As Non-responsive.new Equipment Only; No Remanufactured Or "gray Market" Items. All Items Mustbid Must Be Good For 90 Calendar Days After Close Of Buy.shipping Must Be Free On Board (fob) Destination Conus (continental U.s.), Which Means That The Seller Must Deliver The Goods On Its Conveyance At The Destination Specified By The Buyer, And The Seller Is Responsible For The Cost Of Shipping And Risk Of Loss Prior To Actual Delivery At The Specified Destination.this Solicitation Requires Registration With The System For Award Management (sam) At The Time An Offer Or Quotation Is Submitted, Excluding The Exceptions Outlined In Far 4.1102(a). Registration Information Can Be Found At Www.sam.gov.the Selected Offeror Must Comply With The Following Commercial Item Terms And Conditions, Which Are Incorporated Herein By Reference: Far 52.212-1, Instructions To Offerors - Commercial Items, Applies To This Acquisition; Far 52.212-3, Offeror Representations And Certifications - Commercial Items - The Selected Offeror Must Submit A Completed Copy Of The Listed Representations And Certifications; Far 52.212-4, Contract Terms And Conditions - Commercial Items; Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Items, Paragraph (a) And The Following Clauses In Paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The Full Text Of The Referenced Far Clauses May Be Accessed Electronically At Https://www.acquisition.gov/far/.eos And Their Authorized Distributor Only ** Submit Proof Of Authorized Distributor **
Contract Date9 Sep 2020
Contract AmountUSD 33.3 K 

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
J017-ii Utilities & Site Improvements Phase Ii Main And Commercial Gates, Us Navsuppact Marine Corps Base, Guam
Contract Date9 Sep 2020
Contract AmountRefer Documents 

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Subpart 12, Using Simplified Acquisition Procedures, As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Shall Be Posted On Fedbizopps. The Request For Quotation (rfq) Number Is N3904020q0260. This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2020-07 And Dfars Change Notice 2020-0605. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At These Addresses: https://www.acquisition.gov/browse/index/far    and   Http://www.acq.osd.mil/dpap/dars/change_notices.html. the Naics Code Is 811219 And The Small Business Standard Is $22 Million. The Requirement Is For The Preventative Maintenance And Emergency Services/repairs As Needed Of Two (2) Kodak M37 Film Developing Machines (serial #’s 1606062186994 And 110224275). This Is A Total Small Business Set Aside Solicitation. this Requirement Is For A Fixed Price Contract.  The Contract Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far Part 13. the Portsmouth Naval Shipyard Requests Responses From Sources Capable Of Providing The Following: kodak M37 #1606062186994 And kodak M37 #110224275 Maintenance And Emergency Services in Accordance With The Attached Request For Quote. 0001      On-site Preventative Maintenance For Kodak Film Developing Machine M37 Serial #1606062186994 In Accordance With Sow, At Portsmouth Naval Shipyard. Period Of Performance (pop) Is 8/30/2020 – 8/29/2021.   0002      On-site Preventative Maintenance For Kodak Film Developing Machine M37 Serial #110224275 In Accordance With Sow, At Portsmouth Naval Shipyard. Period Of Performance (pop) Is 8/30/2020 – 8/29/2021.   requirement Includes Four, One Year Option Periods Of Rental And Maintenance. See Attached Request For Quote Sheet For Details. •            Place Of Performance: Portsmouth Naval Shipyard, Kittery, Me. •            Period Of Performance Base: 8/30/2020 – 8/29/2021. •            Period Of Performance Option 1: 8/30/2021 – 8/29/2022. •            Period Of Performance Option 2: 8/30/2022 – 8/29/2023. •            Period Of Performance Option 3: 8/30/2023 – 8/29/2024. •            Period Of Performance Option 4: 8/30/2024 – 8/29/2025. responsibility And Inspection: Unless Otherwise Specified In The Order, The Supplier Is Responsible For The Performance Of All Inspection Requirements And Quality Control. The Following Far Provisions And Clauses Are Applicable To This Procurement: 52.203-19           Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements 52.204-2             Security Requirements 52.204-7             System For Award Management 52.204-10           Reporting Executive Compensation And First-tier Subcontract Awards 52.204-13           System For Award Management Maintenance 52.204-16           Commercial And Government Entity Code Reporting 52.204-17           Ownership Or Control Of Offeror 52.204-18           Commercial And Government Entity Code Maintenance 52.204-19           Incorporation By Reference Of Representations And Certifications. 52.204-20           Predecessor Of Offeror 52.204-21           Basic Safeguarding Of Covered Contractor Information Systems 52.204-22           Alternative Line Item Proposal 52.204-23           Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky 52.204-24           Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment. 52.204-25           Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment 52.209-2             Prohibition On Contracting With Inverted Domestic Corporations--representation 52.209-6             Protecting The Government's Interest When Subcontracting With Contractors Debarred 52.209-10           Prohibition On Contracting With Inverted Domestic Corporations 52.209-11           Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction 52.211-14           Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy Program Use 52.211-15           Defense Priority And Allocation Requirements 52.212-1             Instructions To Offerors--commercial Items 52.212-2             Evaluation - Commercial Item 52.212-3 Alt 1    Offeror Representations And Certifications--commercial Items 52.212-4             Contract Terms And Conditions--commercial Items 52.215-5             Facsimile Proposals 52.216-1             Type Of Contract: Firm Fixed Price 52.217-5             Evaluation Of Options 52.217-9             Option To Extend The Term Of The Contract 52.219-1 Alt       Small Business Program Representations 52.219-6             Notice Of Total Small Business Set-aside 52.219-28           Post-award Small Business Program Representation 52.222-3             Convict Labor 52.222-19           Child Labor -- Cooperation With Authorities And Remedies 52.222-21           Prohibition Of Segregated Facilities 52.222-26           Equal Opportunity 52.222-36           Equal Opportunity For Workers With Disabilities 52.222-41           Service Contract Labor Standards 52.222-42           Statement Of Equivalent Rates For Federal Hires 52.222-43           Fair Labor Standards Act And Service Contract Labor Standards – Price Adjustment (multiple Year And Option Contracts)  52.222-50           Combating Trafficking In Persons 52.222-55           Minimum Wages Under Executive Order 13658 52.223-11           Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons. 52.223-18           Encouraging Contractor Policies To Ban Text Messaging While Driving 52.223-22           Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals -- Representation. 52.225-13           Restrictions On Certain Foreign Purchases 52.225-25           Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions 52.232-18           Availability Of Funds 52.232-19           Availability Of Funds For The Next Fiscal Year 52.232-33           Payment By Electronic Funds Transfer--system For Award Management 52.232-36           Payment By Third Party 52.232-39           Unenforceability Of Unauthorized Obligations 52.232-40           Providing Accelerated Payments To Small Business Subcontractors 52.233-3             Protest After Award 52.233-4             Applicable Law For Breach Of Contract Claim 52.237-2             Protection Of Government Buildings, Equipment, And Vegetation 52.242-15           Stop-work Order 52.242-17           Government Delay Of Work 52.247-34           F.o.b. Destination 52.252-1             Solicitation Provisions Incorporated By Reference 52.252-2             Clauses Incorporated By Reference 52.252-6             Authorized Deviations In Clauses c-211-h018 Approval By The Government (navsea) (jan 2019) c-223-n002 Restrictions On Use Of Yellow Material (navsea) (oct 2018) c-204-h001 Use Of Navy Support Contractors For Official Contract Files (oct 2018) c-223-h003 Exclusion Of Mercury (navsea) (mar 2019) c-237-h001 Enterprise-wide Contractor Manpower Reporting Application (oct 2018) d-247-h002 Packaging Of Supplies—basic (navsea) (oct 2018) d-247-w001 Prohibited Packing Materials (navsea) (oct 2018) e-246-h016 Inspection And Acceptance Of F.o.b. Destination Deliveries (oct 2018) f-247-n002 Instructions For Deliveries To The Portsmouth Naval Shipyard g-242-h001 Government Contract Administration Points-of-contact And Responsibilities (navsea) (oct 2018) g-232-h002 Payment Instructions And Contract Type Summary For Payment Office (navsea) (jun 2018) g-232-h004 Government Purchase Card Method Of Pay (navsea) (oct 2018) g-232-h005 Supplemental Instructions Regarding Invoicing (navsea) (jan 2019) g-242-h002 Hours Of Operation And Holiday Schedule (navsea) (oct 2018) quoters Shall Include A Completed Copy Of 52.212-3 And Its Alt I With Quotes.  All Clauses Shall Be Incorporated By Reference In The Order.  Additional Dfars Contract Terms And Conditions Applicable To This Procurement Are:  252.203-7000     Requirements Relating To Compensation Of Former Dod Officials 252.203-7002     Requirement To Inform Employees Of Whistleblower Rights 252.203-7005     Representation Relating To Compensation Of Former Dod Officials 252.204-7003     Control Of Government Personnel Work Product 252.204-7006     Billing Instructions 252.204-7008     Compliance With Safeguarding Covered Defense Information Controls 252.204-7009     Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident 252.204-7012     Safeguarding Covered Defense Information And Cyber Incident Reporting 252.204-7015     Notice Of Authorized Disclosure Of Information For Litigation Support 252.213-7000     Notice To Prospective Suppliers On Use Of Past Performance Information Retrieval System 252.215-7013     Supplies And Services Provided By Nontraditional Defense Contractors. 252.223-7008     Prohibition Of Hexavalent Chromium 252.225-7031     Secondary Arab Boycott Of Israel 252.225-7048     Export-controlled Items 252.231-7000     Supplemental Cost Principles 252.232-7003     Electronic Submission Of Payment Requests And Receiving Reports 252.232-7006     Wide Area Workflow Payment Instructions 252.232-7010     Levies On Contract Payments 252.237-7010     Prohibition On Interrogation Of Detainees By Contractor Personnel 252.243-7001     Pricing Of Contract Modifications. 252.244-7000     Subcontracts For Commercial Items 252.246-7007     Contractor Counterfeit Electronic Part Detection And Avoidance System 252.246-7008     Sources Of Electronic Parts 252.247-7023     Transportation Of Supplies By Sea this Announcement Will Close At 02:00 Pm Et Local Time On 12 August 2020. Contact Steven Carlberg Who Can Be Reached By Email Steven.carlberg@navy.mil. method Of Proposal Submission:  Offers Shall Be Emailed. All Responsible Sources May Submit A Quote Which Shall Be Considered By The Agency. system For Award Management (sam): Vendors Must Be Registered In The Sam Database To Be Considered For Award. Registration Is Free And Can Be Completed On-line At Http://www.sam.gov/. all Quotes Shall Include Price(s), A Point Of Contact, Name, Email Address, Phone/fax Number, Cage Code, Technical Specifications Of Units Offered (including Brand), Business Size Under The Naics Code, And Payment Terms. at A Minimum, Quotes Shall Contain The Completed Rfq Form (attached). Each Response Must Clearly Indicate The Capability Of The Vendor To Meet All Specifications And Requirements. 52.212-2, Evaluation - Commercial Items Is Applicable To This Procurement. the Government Will Award A Contract Resulting From This Solicitation To The Responsible Vendor Whose Quote Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Contract Will Be Awarded To The Vendor With The Lowest Price Technically Acceptable. Quotes Will Be Evaluated Based On The Following Criteria: - Technical Acceptability (must Meet Specifications And Document Capabilities) - Price (lowest Price Technically Acceptable, After Adherence To Other Factors) vendors Will Be Required To Submit A Quote That Will Be Evaluated In Accordance With The Specifications Provided In The Solicitation, Far 52.212-1 Instruction To Offerors. Failure To Include Pricing For All Line Items Shall Be Cause For Rejection Of The Quote For All Line Items. technical: please Provide Documentation Demonstrating Your Capabilities In Fulfilling The Sow. technical Evaluation Ratings rating description acceptable submission Clearly Meets The Minimum Requirements Of The Solicitation unacceptable submission Does Not Clearly Meet The Minimum Requirements Of The Solicitation if The Technical Submittal Is Determined “unacceptable”, It Renders The Entire Quote Technically Unacceptable. Technical Submissions That Do Not Meet The Minimum Requirements Will Be Rated As “unacceptable” And Will No Longer Be Considered For Further Competition Or Award. price: the Price Will Be Evaluated As Lowest Price Technically Acceptable, However, The Contracting Officer Reserves The Right To Award Based On Ability To Meet The Required Schedule.                                                              ******* End Of Combined Synopsis/solicitation ********
Contract Date27 Aug 2020
Contract AmountUSD 46.1 K 

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
See Attachments For Requirement Specific Informaiton An Submission Deadlines/instructions.  Please Note The Equipment List Attached With 55 Line Items Should Be Used For Reference When Submitting A Response.  Any Other Versions With Addtional Line Items Are Not Valid.
Contract Date27 Aug 2020
Contract AmountUSD 687.2 K 

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Components Parts/ Support Equipment For The Joint Standoff Weapon (jsow) Air-to-ground Missiles (agm-154 C-1)
Contract Date27 Aug 2020
Contract AmountUSD 1.5 Million 

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
The Purpose Of This Amendment Is To Extend The Solicitation Response Date Until 07/06/2020, As Shown Herein. 
Contract Date26 Aug 2020
Contract AmountUSD 855.5 K 

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Mass Spectrometry/microbiology Susceptibility Analyzer,
Contract Date26 Aug 2020
Contract AmountUSD 1.1 Million 

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Joint Standoff Weapon (jsow) Fy20 Repair Of Repairables
Contract Date11 Aug 2020
Contract AmountUSD 892.8 K 
4881-4890 of 4955 active Tender Results