Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2020 SAM #6868
SOLICITATION NOTICE

28 -- Yamaha Outboard Motors

Notice Date
9/16/2020 4:54:54 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336310 — Motor Vehicle Gasoline Engine and Engine Parts Manufacturing
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N0060420Q4078
 
Response Due
9/21/2020 12:00:00 AM
 
Archive Date
10/06/2020
 
Point of Contact
Troy Wong 808-473-7532
 
E-Mail Address
troy.wong1@navy.mil
(troy.wong1@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13, 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 both BETA.SAM.GOV (https://www.beta.sam.gov) and NECO (https://www.neco.navy.mil/). The RFQ number is N0060420Q4078. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-09 and DFARS Publication Notice 20200831. 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 336310 and the Small Business Standard is 1,000 employees. This is a 100% small business set-aside. The Small Business Office concurs with the set-aside decision. The proposed contract action is for a brand name only. The brand name and model number of the products are listed below. In accordance with FAR 5.102(a)(6), the required justification or documentation is attached. The NAVSUP Fleet Logistics Center Pearl Harbor, Regional Contracting Department requests responses from qualified sources capable of providing: CLIN 0001, Qty: One (1), Unit of Measure: Each, LF250UCA Yamaha Outboard Motor, New, Unused, Current Production Year or later. CLIN 0002, Qty: One (1), Unit of Measure: Each, F90XB Yamaha Outboard Motor, New, Unused, Current Production Year or later. CLIN 0003, Qty: One (1), Unit of Measure: Each, F60LB Yamaha Outboard Motor, New, Unused, Current Production Year or later. CLIN 0004, Qty: One (1), Unit of Measure: Each, F115XB Yamaha Outboard Motor, New, Unused, Current Production Year or later. CLIN 0005, Qty: One (1), Unit of Measure: Each, LF115XB Yamaha Outboard Motor, New, Unused, Current Production Year or later. CLIN 0006, Qty: One (1), Unit of Measure: Group, Freight and Shipping, FOB DESTINATION Delivery shall be made by 160 days from ARO. Delivery Location is: FOB DESTINATION Arizona Detachment Bldg.3 Hornet Avenue Pearl Harbor HI 96860 Payment: This requirement will result in a Firm-Fixed Price (FFP) purchase order. The method of payment will be Wide Area Workflow (WAWF). Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. ATTACHMENTS Attachment 1 � Brand Name Justification Attachment 2 � FAR 52.212-3 Alt 1 Attachment 3 � FAR 52.204-24 The following FAR provision and clauses are applicable to this procurement: 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 52.204-18: Commercial and Government Entity Code Maintenance 52.204-23: Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24: Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25: Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment 52.209-6: Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10: Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 CD2018-O0018: Instructions to Offerors -- Commercial Items 52.212-3 and Alt I: Offeror Representations and Certifications -- Commercial Items 52.212-4: Contract Terms and Conditions--Commercial Items 52.212-5: Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-6: Notice of Total Small Business Set-Aside (DEVIATION 2020-O0008) 52.219-28: Post Award Small Business Program Rerepresentation 52.222-3: Convict Labor 52.222-19: Child Labor--Cooperation with Authorities and Remedies (DEVIATION 2020-O0019) 52.222-21: Prohibition of Segregated Facilities 52.222-26: Equal Opportunity 52.222-36: Equal Opportunity for Workers With Disabilities 52.222-50: Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13: Restrictions on Certain Foreign Purchases 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 Additional contract terms and conditions applicable to this procurement are: 252.203-7000: Requirements Relating to Compensation of Former DOD Officials 252.203-7005: Representation Relating to Compensation of Former DoD Officials 252.204-7003: Control of Government Personnel Work Product 252.204-7015: Disclosure of Information to Litigation Support Contractors 252.204-7016: Covered Defense Telecommunications Equipment or Services � Representation 252.204-7017: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation 252.204-7018: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.211-7003: Item Unique Identification and Valuation 252.213-7000: Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.223-7008: Prohibition of Hexavalent Chromium 252.225-7001: Buy American Act and Balance of Payments Program 252.225-7012: Preference for Certain Domestic Commodities 252.225-7972: Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) 252.225-7973: Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation. (DEVIATION 2020-O0015) 252.225-7974: Representation Regarding Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005) 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 252.244-7000: Subcontracts for Commercial Items 252.246-7003: Notification of Potential Safety Issues 252.246-7008: Sources of Electronic Parts 252.247-7023: Transportation of Supplies by Sea METHOD OF AWARD: Award of the contract resulting from this solicitation will be made to the responsible Quoter whose quote is technically acceptable, and the lowest price. The final contract award will be based on a determination of responsibility in accordance with FAR 9.1 and the lowest priced technically acceptable offer. An acceptable offer shall meet the specified requirements and is from a Manufacturer authorized dealer or distributor. Unacceptable offer does not clearly meet the specified requirements or is not from a Manufacturer authorized dealer or distributor. This announcement will close at 21 September 2020 on 2:00 pm HST. Deadline for questions shall be 18 September 2020. Contact Troy Wong who can be reached at 808-473-7532 or email troy.wong1@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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dfd32635b34f479ba97ac7c8cfb2cab9/view)
 
Place of Performance
Address: FOB DESTINATIONArizona Detachment Bldg.3 Hornet Avenue, Pearl Harbor, Hawaii 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN05799866-F 20200918/200916230201 (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.