SOLICITATION NOTICE
28 -- Fuel Injector
- Notice Date
- 5/2/2025 4:23:28 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333618
— Other Engine Equipment Manufacturing
- Contracting Office
- NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
- ZIP Code
- 96860-4549
- Solicitation Number
- N0060425Q4042
- Response Due
- 5/9/2025 1:00:00 PM
- Archive Date
- 05/24/2025
- Point of Contact
- Elisha Wallace-Enos, Phone: 8084737588
- E-Mail Address
-
elisha.c.wallace-enos.civ@us.navy.mil
(elisha.c.wallace-enos.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information is FAR Subpart 12.6, using Simplified Acquisition Procedures under FAR Part 13 as supplemented with the additional information included in this notice. NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Department intends to award on a brand name only basis under the authority of FAR 13.501(a)(1)(ii). 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 SAM.gov. The RFQ number is N0060425Q4042. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-03 and DFARS Publication Notice 20250117. 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 http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 333618 and the Small Business Standard is 1,500 employees. This Request for Quotation (RFQ) and subsequent award is a 100% small Business set-aside for exclusively authorized Cat dealers/distributors. The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Office requests quotes for this Brand Name only requirement from an authorized source capable of procuring and shipping: CLIN 0001: Fuel Injector, Part # 418-8820, Qty: 8 each New equipment only from a manufacturer authorized dealer or distributor. No remanufactured or gray marked items. Delivery Date: 180 days from award; if delivery cannot be made within 180 days from award, a lead time/estimated delivery date shall be provided for the requested items. The quote must include shipping cost to FOB Destination to the following address: Engine Product Family (C931) 3755 Brinser Street Suite 1 San Diego, CA 92136-5105 Attn: Douglas Goerisch Phone: (619)556-2952 Email: douglas.s.goerisch.civ@us.navy.mil Questions: Questions shall be submitted electronically to elisha.c.wallace-enos.civ@us.navy.mil no later than 1:00pm HST (Hawaii Standard Time) on Wednesday, May 7, 2025. Emails sent to this address shall clearly reference the RFQ N00604254042 in the subject line. No other method of submitting questions will be acknowledged or addressed. Attachments: Attach 1- Brand Name Justification (J&A) Attach 2- FAR 52.212-3 (Mar 2025)(DEVIATION 2025-O0004) & 52.204-24 (Nov 2021) Attach 3- Applicable FAR and DFARS Clauses and Provisions The Offeror shall include a completed copy of Attachment 2, FAR 52.212-3 & Alt I with their quote or provide a statement. Failure to include this attachment OR provide a statement with your quote, may result in your offer being deemed unresponsive. If your annual representations and certifications are current in the System for Award Management (SAM), complete only paragraph (b) (on page 5) by filling out N/A in paragraph b OR provide a statement that your Reps and Certs in SAM are up-to-date. Instructions for FAR 52.204-24 - Reps Regarding Certain Telecommunications, The Offeror shall not complete the representation at paragraph (d)(1) (on page 18) of this provision if the Offeror has represented that it does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument in paragraph (c)(1) in the provision at 52.204-26, Covered Telecommunications Equipment or Services� Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services in paragraph (c)(2) of the provision at 52.204-26, or in paragraph (v)(2)(ii) of the provision at 52.212-3. The method of payment will be Government Purchase Card (GPC). Payment after Government acceptance. A discount to the government is strongly encouraged. This requirement is other than full and open competition and will result in a Firm-Fixed Price Contract. Award will be based on price and determination of responsibility. Price: Quoter shall submit a price for CLIN 0001. In determining whether a price is fair and reasonable, the Government may use historical data, independent Government estimates in its price analysis, or any other technique permissible by FAR 13.106-3 and FAR 15.404-1(b). Responsibility Determination: To be eligible for award of a purchase order hereunder, the Quoter must be determined by the Contracting Officer to be a responsible prospective Quoter in accordance with FAR 9.1. System for Award Management (SAM). The Government may utilize a combination of various Government database repositories used to determine that a contractor is responsible. Such sources include but are not limited to the following: System for Award Management (SAM), Past Performance Information Retrieval System (PPIRS), Contractor Performance Assessment Reporting System (CPARS) and or the Federal Awardee Performance and Integrity Information System (FAPIIS). This announcement will close at 10:00am HST (Hawaii Standard Time) on Friday, 09 May 2025. Quotes shall be submitted electronically via email to Elisha Wallace-Enos at elisha.c.wallace-enos.civ@us.navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. 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 on-line at http://www.sam.gov/. All quotes shall include price(s), FOB Destination, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2b20c337c49c49f49ad39b86425b400f/view)
- Place of Performance
- Address: San Diego, CA 92136, USA
- Zip Code: 92136
- Country: USA
- Zip Code: 92136
- Record
- SN07429466-F 20250504/250502230052 (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 |