Hawaii Bids > Bid Detail

2010 - YAMAHA OEM REPLACEMENT PARTS

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 20 - Ship and Marine Equipment
Opps ID: NBD00159082027656630
Posted Date: Mar 21, 2023
Due Date: Mar 24, 2023
Solicitation No: N0060423Q4035
Source: https://sam.gov/opp/dcb92ff292...
Follow
2010 - YAMAHA OEM REPLACEMENT PARTS
Active
Contract Opportunity
Notice ID
N0060423Q4035
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 (Original)
  • All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
  • Original Published Date: Mar 20, 2023 12:47 pm HST
  • Original Date Offers Due: Mar 24, 2023 06:00 am HST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 14, 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:
    • 333618 - Other Engine Equipment Manufacturing
  • Place of Performance:
    Building 3 Hornet Avenue, JBPHH, HI 96860
    USA
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 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 to the Navy Electronic Commerce Online (NECO) at https://www.neco.navy.mil and SAM.gov at https://www.sam.gov.

The RFQ number is N0060423Q4035. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-01 and DFARS Publication Notice 20230131.
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 The NAICS code is 333618 and the Small Business Standard is 1,500 employees. This requirement is a 100 percent small business set-aside and the Small Business Office concurs with this acquisition strategy.

The NAVSUP Fleet Logistics Center Pearl Harbor (FLCPH) Regional Contracting Office requests responses only from NAVSUP FLCPH Yamaha Engines and OEM Replacement Parts BPA Holders that are capable of providing Brand Name Only - Yamaha OEM replacement parts in accordance with Attachment 1 - Parts List.
Quotes received from non NAVSUP FLCPH Yamaha Engines and OEM Replacement Parts BPA Holders will not be considered.

CLIN 0001 - QTY: 1 Group - Yamaha OEM Replacement Parts
CLIN 0002 - QTY: 1 Group - FOB Destination Freight

Required Delivery Date: Desired delivery is within 120 days after award. If delivery cannot be met please provide your best delivery timeframe on your quote. Partial delivery is acceptable.

Shipping Address: Building 3 Hornet Avenue JBPHH, 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.

Attachment 1 - Parts List
Attachment 2 - 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Products and Commercial Services (Oct 2022)
Attachment 3 - 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
Attachment 4 - Redacted J and A

Questions regarding the solicitation: Questions shall be submitted electronically to dana.a.anderson@navy.mil.
Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ N0060423Q4035 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 12:00 PM HST (Hawaii Standard Time) on Thursday, March 23rd, 2023. 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.

A complete quote in response to this Combined Synopsis/Solicitation should include a completed Attachment 2 - 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Products and Commercial Services and completed Attachment 3 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (only if the Reps and Certs are not current in SAM).
If not utilizing Attachment 1 - Parts
List for your quote, your quote must notate your BPA number, Estimated Delivery, Shipping Costs and Discount. The Government intends to award this requirement off of a single BPA Call.

The FAR and DFARS provisions and clauses that were incorporated under Solicitation N0060423Q4004 and incorporated in the NAVSUP FLCPH Yamaha Engine and OEM Replacement Parts Master BPAs (N0060422A4000, N0060422A4001 and N0060422A4002) are applicable to this solicitation.
The following FAR and DFARS clauses are applicable to this procurement:

52.212-4         Contract Terms and Conditions-Commercial Products and Commercial Services (Dec 2022)
52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders- Commercial Products and Commercial Services (Dec 2022)
52.222-19 Child Labor-Cooperation with Authorities and Remedies (Dec 2022)
252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Dec 2022)
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Jan 2023)
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (Jan 2023)
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2023)
252.204-7020 NIST SP 800-171DoD Assessment Requirements (Jan 2023)
252.211-7003 Item Unique Identification and Valuation (Jan 2023)
252.223-7008 Prohibition of Hexavalent Chromium (Jan 2023)
252.225-7001 Buy American and Balance of Payments Program Basic (Jan 2023)
252.225-7012 Preference for Certain Domestic Commodities (Apr 2022)
252.232-7017 Accelerating Payments to Small Business Subcontractors-Prohibition on Fees and Consideration (Jan 2023)
252.244-7000 Subcontracts for Commercial Products or Commercial Services (Jan 2023)
252.246-7003 Notification of Potential Safety Issues (Jan 2023)
252.246-7008 Sources of Electronic Parts (Jan 2023)
252.247-7023 Transportation of Supplies by Sea (Jan 2023)

This announcement will close at 12:00 PM HST (Hawaii Standard Time) on Friday, March 24th, 2023.
Contact Dana Anderson who can be reached via email at: dana.a.anderson@navy.mil. Quotes shall be submitted electronically via email to Dana Anderson, email dana.a.anderson@navy.mil. Oral communications are not acceptable in response to this notice. The submission of a quote means that the Quoter takes no exceptions to the solicitation or any of the Attachments.

Evaluation Criteria: Procedures in FAR 13.106 are applicable to this procurement. Award decision will be based on a combination of price, delivery timeframe and a determination of responsibility.

Price: Quoters shall submit a price for each item listed in this Notice. 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 and FAR 15.404-1(b).

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.

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: SAM, Past Performance Information Retrieval System (PPIRS), Contractor Performance Assessment Reporting System (CPARS), Supplier Performance Risk System (SPRS) and/or the Federal Awardee Performance and Integrity Information System (FAPIIS).

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. Quoters are advised that delays can be experienced with the Government’s email system.
Additionally, the email system capacity for each email is 10 MB. Emails greater than 10 MB will not be delivered and consequently will not be considered. Therefore, quotations exceeding the size limit must be sent via multiple emails. Zip Files are not accepted. Quotes will not be accepted by facsimile. Oral quotes will not be accepted. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.

******* 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
  • Mar 20, 2023 12:47 pm HSTCombined Synopsis/Solicitation (Original)

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 >