Hawaii Bids > Bid Detail

2010 - ZF Propellers and OEM Parts - Brand Name Only

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 20 - Ship and Marine Equipment
Opps ID: NBD00159050374270825
Posted Date: Dec 29, 2022
Due Date: Jan 4, 2023
Solicitation No: N0060423Q4009
Source: https://sam.gov/opp/99b313930e...
Follow
2010 - ZF Propellers and OEM Parts - Brand Name Only
Active
Contract Opportunity
Notice ID
N0060423Q4009
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP GLOBAL LOGISTICS SUPPORT
Sub Command 2
NAVSUP FLC PEARL HARBOR
Office
NAVSUP FLT LOG CTR PEARL HARBOR
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Dec 29, 2022 12:52 pm EST
  • Original Published Date: Dec 23, 2022 05:25 pm EST
  • Updated Date Offers Due: Jan 04, 2023 11:00 pm EST
  • Original Date Offers Due: Jan 02, 2023 11:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 20, 2023
  • Original Inactive Date: Jan 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 2010 - SHIP AND BOAT PROPULSION COMPONENTS
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Arizona Detachment Bldg 3, Hornet Ave, JBPHH, HI 96860
    USA
Description
Amendment 1 - Due date Extension.

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 Part 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 SAM.gov and NECO (https://www.neco.navy.mil/).

The RFQ number is N0060423Q4009. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-08 and DFARS Publication Notice 2022/10/28.
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 336611 and the Small Business Standard is 1,250 employees. The proposed contract is 100 percent set aside for small business concerns. The Small Business Office concurs with the set-aside decision.

The NAVSUP FLC Pearl Harbor requests responses from qualified sources capable of providing:
The proposed contract action is for a brand name only. The brand name and model number of the product(s) are:
CLIN 0001: ZF Propellers and OEM parts QTY: 1 UI: Group (Note: one group consists of all parts and quantities listed in the extended description)
Extended description:
(1)        QTY 5 EA, part number ZF28X20LH KCA 4BL B, description: 28X20LH ZF KCA NON-SKEW, 4 BLADE,BRONZE, DAR 0.70, 7-1/2 HUB, 2-1/2 inch BORE,PULLER HOLES, TUNA EDGE*.
(2)        QTY 5 EA, part number ZF28X20RH KCA 4BL B, description: 28X20RH ZF KCA NON-SKEW, 4 BLADE,BRONZE, DAR 0.70, 7-1/2 HUB, 2-1/2 inch BORE,PULLER HOLES, TUNA EDGE.
(3)        QTY 10 KT, part number: PROP NUT SET.

(4)        QTY 1 GP, Shipping (FOB Destination)
In accordance with FAR 5.102(a)(6), the required justification or documentation is attached.

Delivery is NLT 30 SEP 2023; Delivery Location is Arizona Detachment Bldg 3, Hornet Ave, Pearl Harbor, HI 96860. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.

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 terms, and a determination of responsibility.
This requirement will result in a Firm Fixed Price (FFP) purchase order, with method of payment being Wide Area Workflow (WAWF).

The following FAR provision and clauses are applicable to this procurement:

52.204-7        System for Award Management        OCT 2018
52.204-13        System for Award Management Maintenance OCT 2018
52.204-16        Commercial and Government Entity Code Reporting AUG 2020
52.204-17        Ownership or Control of Offeror AUG 2020
52.204-18        Commercial and Government Entity Code Maintenance AUG 2020
52.204-20        Predecessor of Offeror AUG 2020
52.204-21        Basic Safeguarding of Covered Contractor Information Systems NOV 2021
52.204-23        Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities NOV 2021
52.204-24        Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021
52.204-25        Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021
52.204-26        Covered Telecommunications Equipment or Services--Representation OCT 2020
52.209-10        Prohibition on Contracting with Inverted Domestic Corporations NOV 2015
52.212-1        Instructions to Offerors-Commercial Products and Commercial Services NOV 2021
52.212-3        Offeror Representations and Certifications-Commercial Products and Commercial Services--Alternate I NOV 2021
52.212-4        Contract Terms and Conditions-Commercial Products and Commercial Services NOV 2021
52.212-5        Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services OCT 2022
52.219-6         Notice of Total Small Business Set-Aside NOV 2020
52.219-28        Post-Award Small Business Program Representation OCT 2022
52.222-3        Convict Labor JUNE 2003
52.222-19        Child Labor-Cooperation with Authorities and Remedies (DEVIATION 2020-O0019) DEC 2021
52.222-21        Prohibition of Segregated Facilities APR 2015
52.222-22        Previous Contracts and Compliance Reports FEB 1999
52.222-25        Affirmative Action Compliance APR 1984
52.222-26        Equal Opportunity SEP 2016
52.222-36        Equal Opportunity for Workers with Disabilities JUN 2020
52.222-50        Combating Trafficking in Persons NOV 2021
52.223-18        Encouraging Contractor Policies to Ban Text Messaging While Driving JUN 2020
52.223-22        Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation                        DEC 2016
52.225-13        Restrictions on Certain Foreign Purchases FEB 2021
52.232-33        Payment by Electronic Funds Transfer-System for Award Management OCT 2018
52.232-39        Unenforceability of Unauthorized Obligations JUN 2013
52.232-40        Providing Accelerated Payments to Small Business Subcontractors NOV 2021
52.233-3        Protest after Award AUG 1996
52.233-4        Applicable Law for Breach of Contract Claim OCT 2004

Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes.
All clauses shall be incorporated by reference in the order.

Additional contract terms and conditions applicable to this procurement are:

252.203-7000        Requirements Relating to Compensation of Former DoD Officials SEP 2022
252.203-7002        Requirement to Inform Employees of Whistleblower Rights SEP 2013
252.203-7005        Representation Relating to Compensation of Former DoD Officials SEP 2022
252.204-7003        Control of Government Personnel Work Product APR 1992
252.204-7015        Notice of Authorized Disclosure of Information for Litigation Support MAY 2016
252.204-7016        Covered Defense Telecommunications Equipment or Services-Representation DEC 2019
252.204-7017        Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation MAY 2021
252.204-7018        Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2021
252.204-7019        Notice of NIST SP 800-171 DoD Assessment Requirements MAR 2022
252.204-7020        NIST SP 800-171 DoD Assessment Requirements MAR 2022
252.211-7003        Item Unique Identification and Valuation MAR 2022
252.211-7008        Use of Government-Assigned Serial Numbers SEP 2010
252.213-7000        Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations SEP 2019
252.223-7008        Prohibition of Hexavalent Chromium JUN 2013
252.225-7001        Buy American--Balance of Payments Program Certificate--Basic JUN 2022
252.225-7012        Preference for Certain Domestic Commodities APR 2022
252.225-7048        Export-Controlled Items JUNE 2013
252.225-7049        Prohibition on Acquisition of Certain Foreign Commercial Satellite Services-Representations DEC 2018
252.225-7051        Prohibition on Acquisition of Certain Foreign Commercial Satellite Services SEP 2021
252.225-7055        Representation Regarding Business Operations with the Maduro Regime         MAY 2022
252.225-7056        Prohibition Regarding Business Operations with the Maduro Regime MAY 2022
252.225-7972        Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems.
(DEVIATION 2020-O0015) MAY 2020
252.225-7973        Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems-Representation (DEVIATION 2020-O0015) MAY 2020
252.232-7003        Electronic Submission of Payment Requests and Receiving Reports DEC 2018
252.232-7006        Wide Area WorkFlow Payment Instructions DEC 2018
252.232-7010        Levies on Contract Payments DEC 2006
252.243-7999        Section 3610 Reimbursement (DEVIATION 2020-O0021) AUG 2020
252.244-7000        Subcontracts for Commercial Items JAN 2021
252.247-7023        Transportation of Supplies by Sea-Basic FEB 2019
This announcement will close at 1700 HST (Hawaii Standard Time) on 05 JAN 2023. Contact Paul Carrara who can be reached at (808)783-6903 or email paul.j.carrara.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. 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 point, 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.

Attachments:
1.        FAR 52.204-24
2.        Far 52.212-3 ( and Alt 1)
3.        Brand Name Justification (redacted)

52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer.
Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
https://www.acquisition.gov/browse/index/far
https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html
(End of provision)

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
https://www.acquisition.gov/browse/index/far
https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html
(End of clause)

52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (NOV 2020)
(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the provision.
(b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation.
(End of clause)
52.252-6 Authorized Deviations in Clauses (Nov 2020)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause.
(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation.
(End of clause)


******* End of Combined Synopsis/Solicitation ********
Attachments/Links
Contact Information
Contracting Office Address
  • SUITE 100 1942 GAFFNEY STREET
  • PEARL HARBOR , HI 96860-4549
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >