SOLICITATION NOTICE
J -- Marathon AC Generators Evaluation
- Notice Date
- 5/16/2025 6:50:23 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- FLEET READINESS CENTER PATUXENT RIVER MD 20670 USA
- ZIP Code
- 20670
- Solicitation Number
- N6852025R0043
- Response Due
- 6/2/2025 1:00:00 PM
- Archive Date
- 06/17/2025
- Point of Contact
- Melinda Lacek
- E-Mail Address
-
melinda.a.lacek.civ@us.navy.mil
(melinda.a.lacek.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Commander Fleet Readiness Center (COMFRC), Fleet Readiness Center Aviation Support Equipment (FRCASE) has a requirement for inspection, evaluation, teardown, remanufacture, assembly, and repair of two (2) A.C. Generators; P/N 1764AS143-1. This procurement is a total set-aside for small business under the authority of FAR Part 52.219-6. Full scope of work is provided in attached Request for Quote (RFQ), Section C. Solicitation Information All quotes/responses shall be submitted via email to Melinda Lacek at Melinda.a.lacek.civ@us.navy.mil no later that Time/Date listed in the General Information section of this notice. N6852025R0043 is issued as a competitive request for quote (RFQ). The Government intends to purchase on a firm fixed price basis, and to solicit and negotiate the proposed purchase order on a competitive basis for FRCASE A.C. Generators and Repair listed under the authority implemented by Federal Acquisition (FAR) Part 12 and 13. Offerors shall price CLIN 0001 for the inspection and evaluation of the two (2) Generators. CLIN 0002 is for the shipping costs. CLIN 0003 is an optional repair CLIN with established Not to Exceed (NTE) amount. Offerors must be registered in the System for Award Management (SAM) database prior to submission of an offer to be considered for award of any DoD contract. This may be accomplished electronically at http://www.sam.gov. ***Basis for Award*** Solicitation closing date/time is firm; proposals received after the deadline will not be accepted. Your quote will only be evaluated based on the information provided. The award will be made on the basis of priced proposals capable of meeting the requirements in the Statement of Work (SOW) to a qualified vendor with an acceptable Supplier Performance Risk System (SPRS) rating and with acceptable past performance in accordance with FAR 13.106-2. This is a firm fixed price procurement; therefore, the initial offer should represent the vendor�s best quote in terms of price and technical acceptability. A determination by the Government not to accept the proposal for not meeting the minimum requirement is solely within the discretion of the Government. ***Instructions to offerors*** Please include the following information with your response: 1. FOB: (Destination preferred) 2. Shipping Cost if applicable (20688) 3. Tax ID# 4. Dun & Bradstreet # 5. CAGE Code 6. Small Business � Yes___ No____ 7. Estimated Delivery Date 8. If available on a Price List, please provide a copy 9. Total Amount: _________
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/97f6eb33421b4130896b943148e2e768/view)
- Place of Performance
- Address: Solomons, MD, USA
- Country: USA
- Country: USA
- Record
- SN07445920-F 20250518/250516230045 (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 |