SOLICITATION NOTICE
66 -- Testing Equipment
- Notice Date
- 5/15/2025 5:28:54 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
- ZIP Code
- 96860-4549
- Solicitation Number
- N0060425Q4046
- Response Due
- 5/20/2025 6:00:00 PM
- Archive Date
- 06/04/2025
- 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)
- Description
- NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Department intends to negotiate and award on a Sole Source basis to EXSELL Sales Associates, under the authority of FAR 13.106(b)(1)(i). NCTAMS PAC Business Communications Office (BCO) requires Testing Equipment to perform Quality Assurance of systems installed on Contract for Government Acceptance of the deliverable and on Demand Troubleshooting requirements. This is an unrestricted, sole source action. The Small Business Office concurs with the acquisition strategy. 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 N0060425Q4046 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 334513 and the Small Business Standard is 750 employees. The proposed contract action is for commercial supplies which the Government intends to solicit and negotiate with only one source. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for quotation. No solicitation or request for quotation will be forthcoming. However, all capability statements, proposals, or 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. The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Office requests responses from a qualified source capable of providing: CLIN 0001: Testing Equipment (See attachment 2 Equipment List) CLIN 0002: Freight Charge (if applicable) FOB Destination Delivery Date: On or before May 25, 2025 The quote must include shipping cost to FOB Destination to the following address: NCTAMS PAC (Code N00FM) 500 Center Street, Bldg 336 Wahiawa, HI 96786-305 Attn: Michael Casciato Questions: Questions shall be submitted electronically to elisha.c.wallace-enos.civ@us.navy.mil no later than 16:00pm HST (Hawaii Standard Time) on Friday, May 16, 2025. Emails sent to this address shall clearly reference the RFQ N0060425Q4046 in the subject line. No other method of submitting questions will be acknowledged or addressed. Attachments: Attach1- Sole Source Justification (J&A) Attach 2- BCO Testing Equipment List Attach 3- FAR 52.212-3 (Mar 2025) (DEVIATION 2025-O0004) & 52.204-24 (Nov 2021) Attach 4- Applicable FAR and DFARS Clauses The Offeror shall include a completed copy of Attachment 3, FAR 52.212-3 (Mar 2025) (DEVIATION 2025-O0004), 52.204-24 (Nov 2021) 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 method of payment will be Wide Area Workflow (WAWF). Payment after Government acceptance. A discount to the government is strongly encouraged. The award 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 and CLIN 0002 (if applicable). 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. 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 15:00am HST on Tuesday, 20 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/bd2eb64ae6ac4622880fb96815142828/view)
- Place of Performance
- Address: Wahiawa, HI 96786, USA
- Zip Code: 96786
- Country: USA
- Zip Code: 96786
- Record
- SN07445158-F 20250517/250515230052 (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 |