Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2022 SAM #7435
SOLICITATION NOTICE

28 -- Cummins Engines and OEM Replacement Parts

Notice Date
4/7/2022 1:04:43 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
N0060422Q4041
 
Response Due
4/17/2022 10:00:00 PM
 
Archive Date
05/03/2022
 
Point of Contact
Jeen Chu 808-473-7960
 
E-Mail Address
jeen.chu@navy.mil
(jeen.chu@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 in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13.303, 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 SAM.gov and NECO (https://www.neco.navy.mil/). The RFQ number is N0060422Q4041. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-04 and DFARS Publication Notice 20220318. 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 and subsequent BPA Call for Brand Name Only Cummins Engines and OEM Replacement Parts is 100 percent set-aside for small business concerns and is set-aside exclusively for only those authorized under the NAVSUP FLC Pearl Harbor Cummins Engines and OEM Replacement Parts BPA . Quotes from other than these holders will not be considered. Please notate NAVY BPA number on quote submission. The Small Business Office concurs with the set-aside decision. The NAVSUP FLCPH Regional Contracting Department requests responses from only those authorized under the NAVSUP FLC Pearl Harbor Cummins Engines and OEM Replacement Parts BPA who is capable of providing the quantities of the Cummins Engines and OEM replacement part identified in Attachment 1 Cummins Engines and OEM replacement Parts list. The Government will evaluate quotes on a per CLIN basis. The Government intends to award each CLIN to the responsible quoter whose quote represents the best value after evaluation in accordance with the factors in the solicitation. If quoter is awarded multiple CLINS, a single BPA call will be generated. Description: Cummins Engines and OEM Replacement Parts Delivery included. QTY: 1; UOI: GR Delivery is within 120 days after award. If 120 days cannot be met then provide best delivery timeframe; partial delivery is acceptable; Delivery Location is Arizona Detachment Bldg. 3 Hornet Avenue, Pearl Harbor, Hawaii 96860. 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 Cummins Engines and OEM replacement Parts list. Attachment 2 FAR Provisions Attachment 3 Brand Name J and A The FAR and DFARS provision and clauses that were incorporated under Solicitation N0060422Q4007 and NAVSUP FLCPH Cummins Engine and OEM Replacement Parts Master BPAs are applicable to this procurement. The additional provisions, clauses, and terms and conditions are applicable to this procurement: 252.225-7001 Buy American and Balance of Payments Program Basic (Mar 2022) Quoters are reminded to include a completed copy of 52.212-3 and its ALT I and FAR 52.204-24 with quotes. Questions regarding the solicitation: Questions shall be submitted electronically to jeen.h.chu.civ@us.navy.mil. Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ N0060422Q4041 in the subject line. Other methods of submitting questions will not be acknowledged or addressed. Questions may be submitted at any day and time, but not later than 9:00 AM (Hawaii Standard Time) on Monday 11 April 2022. Questions submitted after this date and time may not be accepted. Since the submittal of questions may result in amendments to the RFQ, it is imperative that questions be submitted as soon as possible. This announcement will close at 1:00 pm HST on Monday 18 April 2022. Contact Jeen Chu who can be reached at 808-473-7960 or email jeen.h.chu.civ@us.navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, delivery timeframe, and a determination of responsibility. The Government will evaluate quotes on a per CLIN basis. The Government intends to award each CLIN to the responsible quoter whose quote represents the best value after evaluation in accordance with the factors in the solicitation. If quoter is awarded multiple CLINS, a single BPA call will be generated. 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 point, a point of contact, name and phone number, NAVSUP FLC BPA number, 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/fecf0cfe740748229d85594ea106cc09/view)
 
Record
SN06292398-F 20220409/220407230101 (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.