Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 11, 2025 SAM #8598
SOLICITATION NOTICE

J -- Risk Management Framework (RMF) and upgrade of existing systems located at Lafayette River Annex

Notice Date
6/9/2025 5:07:22 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008525Q2517
 
Response Due
6/11/2025 11:00:00 AM
 
Archive Date
06/26/2025
 
Point of Contact
Phylysha Cherry, Pamela Waller
 
E-Mail Address
phylysha.a.cherry.civ@us.navy.mil, pamela.a.waller2.civ@us.navy.mil
(phylysha.a.cherry.civ@us.navy.mil, pamela.a.waller2.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Combined Synopsis/Solicitation N4008525Q2517 This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR subpart 5.1 and 5.2, FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13.5, as supplemented with the additional information included in this notice. In accordance with FAR 5.102(a)(6), the required justification or documentation is attached. The 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 (https://Sam.Gov/). The solicitation number is N4008525Q2517 and is issued as a Request for Quote (RFQ). This is the only RFQ for this requirement, it includes all the terms, and conditions as well as applicable FAR and DFARS clauses and provisions with respect to the anticipated purchase order. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-03, effective February 23, 2024. 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/far/ and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 811310 and the Small Business Standard is $12.5 million. The product service code (PSC) is J035, Maint/Repair/Rebuild Of Equipment- Service And Trade Equipment. The proposed contract action is for commercial supplies/services necessary for conducting the Risk Management Framework (RMF) and upgrade of existing systems located at Lafayette River Annex, Norfolk, VA. The Government intends to solicit and negotiate on a Sole Source basis to ABB Inc., 23000 Harvard Rd., Beachwood, OH, 44122, under the authority of FAR 13.106-1(b)(1)(i). Responsible parties may identify their interest and capability to respond to the requirement, or submit a quote by the date and time specified. This notice of intent is not a request for competitive quotations. However, quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Period of Performance: The anticipated Period of Performance is 28 June 2025 through 27 June 2026. 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 online at https://www. Sam.gov/. Attachments: Please refer to the following attachments for additional information: I. Sole Source Justification II. Performance Work Statement The following FAR provisions and clauses are applicable to this procurement: 52.204-7, System for Award Management (Oct 2018) 52.204-13, System for Award Management Maintenance (Oct 2018) 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) 52.204-18, CAGE Maintenance (Aug 2020) 52.204-22, Alternative Line Item Proposal (Jan 2017) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021) 52.204-24, Representation Regarding Certain Telecommunication and Video Surveillance Services or Equipment (Nov 2021) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.204-29, Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures (Dec 2023) 52.204-30, Federal Acquisition Supply Chain Security Act Orders-Representation and 52.212-1, Instructions to Offerors - Commercial Items; (March 2023) 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; (Dec 2022) 52.212-4, Contract Terms and Conditions - Commercial Items; (December 2022) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Products and Services (March 2023) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (June 2020) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117-328) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractor�s Debarred, Suspended, or Proposed for Debarment (Nov 2021) 52.219-28, Post Award Small Business Program Representation (March 2023) 52.222-3, Convict Labor (June 2003) 52.222-36, Equal Opportunity for Workers w/ Disabilities (June 2020) 52.222-50, Combatting Trafficking in Person (Nov 2021) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (June 2020) 52.225-13, Restriction on Foreign Purchases (Feb 2021) 52.232-33, Payment by Electronic Funds Transfer � SAM (Oct 2018) 52.222-50, Combatting Trafficking in Persons (Nov 2021) 52.222-42. State of Equivalent Rates for Federal Hires (May 2014) 52.232-39, Unenforceability of Unauthorized Obligations (June 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (March 2023) 52.240-1, Prohibition on UAS Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2, Clauses Incorporated by Reference (Feb 1998) Vendors 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 contract terms and conditions applicable to this procurement are: 252.203-7000, Requirements Related to Compensation of Former DOD Officials (Sep 2011) 252.203-7002, Requirements to Inform Employees of Whistleblower Rights (Dec 2022) 252.203-7005, Representation Relating to Compensation of Former DOD Officials (Sep 2022) 252.204-7003, Control of Government Personnel Work Products (April 1992) 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Jan 2023) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (Jan 2023) 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunication Equipment or Services � Representation (May 2021) 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunication Equipment or Services (Jan 2023) 252.204-7020 NIST SP 800-171 DOD Assessment Requirements (Nov 2023) 252.225-7001, Buy American Act & Balance of Payments Program (Jan 2023) 252225-7012 Preference for Certain Domestic Commodities (Apr 2022) 252.225-7048, Export-Controlled Items (June 2013) 252.225-7055, Representation Regarding Business Operations with the Madura Regime (May 2022) 252.225-7056, Prohibition Regarding Business operations with the Maduro Regime (Jan 2023) 252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Certification (Dec 2022) 252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (Jan 2023) 252.225-7972 (Dev 2020-O0015) Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (Dev 2020-O0015) (May 2020) 252.225-7973 (Dev 2020 �O0015) Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems-Representations (Dev 2020-O0015) (May 2020) 252.232-7003 Electronic Submission of Payment Request (Dec 2018) 252.232-7006 Wide Area Workflow payment Instructions (Jan2023) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Jan 2023) 252.244-7000 Subcontracts for Commercial Items (Jan 2023) 252.247-7023 Transportation of Supplies by Sea (Jan 2023) This announcement will close at 2:00pm Eastern Standard Time on June 11, 2025. The POC is Phylysha Cherry who can be reached via email at phylysha.cherry@navy.mil. Vendor registration in the SAM database is required for award of government contracts. Registration is free and can be completed on-line at http://www.sam.gov/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/57e89033d184433d891d24d17df30be2/view)
 
Place of Performance
Address: Norfolk, VA 23511, USA
Zip Code: 23511
Country: USA
 
Record
SN07470232-F 20250611/250609230038 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.