2895 - Cummins OEM Replacement Engine Parts
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159157292410161 |
Posted Date: | Jan 26, 2024 |
Due Date: | Feb 5, 2024 |
Source: | https://sam.gov/opp/5088055e0b... |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
- Original Published Date: Jan 26, 2024 11:56 am HST
- Original Date Offers Due: Feb 05, 2024 06:00 am HST
- Inactive Policy: Manual
- Original Inactive Date: Feb 20, 2024
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 2895 - MISCELLANEOUS ENGINES AND COMPONENTS
-
NAICS Code:
- 333618 - Other Engine Equipment Manufacturing
-
Place of Performance:
Arizona Detachment Bldg. 3 Hornet Avenue, Pearl Harbor, HI 96860USA
The RFQ number is N0060424Q4017. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-02 and DFARS Publication Notice 20231222. 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 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 OEM replacement part identified in Attachment 1 Cummins OEM replacement Parts list.
Description: Cummins OEM Replacement Parts
Delivery included. QTY: 1; UOI: GR
*If part numbers are outdated or superseded, provide replacement part number
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 OEM replacement Parts list
Attachment 2 Redacted J and A for Brand Name
Attachment 3 FAR 52.204-24 Representation Regarding Certain Telecommunications and
Video Surveillance Services or Equipment Nov 2021 and FAR 52.212-3 and Alt I Dec 2022 The FAR and DFARS provision and clauses that were incorporated under N0060423Q4024 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:
52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023)
52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services (Nov 2023)
52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023)
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Nov 2023)
52.222-19 Child Labor - Cooperation with Authorities and Remedies (Nov 2023)
252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Dec 2022)
252.203-7005 Representation Relating to Compensation of Former DoD Officials (Sep 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)
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements.
(Mar 2022)
252.204-7020 NIST SP 800-171 DoD Assessment Requirements. (Jan 2023)
252.223-7008 Prohibition of Hexavalent Chromium (Jan 2023)
252.225-7012 Preference for Certain Domestic Commodities (Apr 2022)
252.232-7006 Wide Area WorkFlow Payment Instructions (Jan 2023)
252.244-7000 Subcontracts for Commercial Items (Nov 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-Basic (Jan 2023) Quoters shall complete attachment 1 and include it with quotes.
Quoters are reminded to include a completed copy of 52.212-3 and its ALT I and FAR 52.204-24 with quotes (required if SAM.gov representations are not updated).
Questions regarding the solicitation: Questions shall be submitted electronically to
dana.a.anderson2.civ@us.navy.mil.
Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ N0060424Q4017 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 (Hawaii Standard Time) on 1 February 2024. 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 12:00 pm HST on 5 February 2024. Contact Dana Anderson who can be reached via email dana.a.anderson2.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 submission of a quote means that the Quoter does not take any exceptions to the solicitation and Attachment 1 - Cummins Engine and OEM replacement Parts list
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). 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. Quoters are advised that delays can be experienced with the Governments 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 ********
- SUITE 100 1942 GAFFNEY STREET
- PEARL HARBOR , HI 96860-4549
- USA
- Dana Anderson 808-473-7906
- dana.a.anderson2.civ@us.navy.mil
- Jan 26, 2024 11:56 am 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.