Hawaii Bids > Bid Detail

Purolator Facet MetalEdge Filter

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 43 - Pumps and Compressors
Opps ID: NBD00159386295413105
Posted Date: Jun 16, 2023
Due Date: Jun 22, 2023
Solicitation No: N3225323Q0051
Source: https://sam.gov/opp/b3f0016bff...
Follow
Purolator Facet MetalEdge Filter
Active
Contract Opportunity
Notice ID
N3225323Q0051
Related Notice
N322533157V001
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA SHIPYARD
Office
PEARL HARBOR NAVAL SHIPYARD IMF
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: Jun 16, 2023 11:44 am HST
  • Original Date Offers Due: Jun 22, 2023 10:00 am HST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jul 07, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 4330 - CENTRIFUGALS, SEPARATORS, AND PRESSURE AND VACUUM FILTERS
  • NAICS Code:
    • 333998 - All Other Miscellaneous General Purpose Machinery Manufacturing
  • Place of Performance:
    JBPHH , HI 96860
    USA
Description

COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS





1. Class Code: 4330



2. NAICS Code: 333998



3. Subject: Purolator Facet MetalEdge Filter



4. Solicitation Number: N32253-23-Q-0051



5. Set-Aside Code: N/A



6. Response Date: 6/22/2023



7. Place of Delivery/Performance:

PEARL HARBOR NAVAL SHIPY ARD & IMF

667 SAFEGUARD ST., STE. 100, CODE 410

JBPHH HI 96860-5033



8. Description



(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.



THIS IS A BRAND NAME ONLY SOLICITATION



(ii) The solicitation number is N32253-23-Q-0051. This acquisition is issued as a Request for Quotation (RFQ).



(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02 issued on 03/16/2023.



(iv) The associated NAICS code is 333998. The small business size standard is 700 employees.



(v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):



CLIN 0001 - 10 EA: FILTER




  • 304 SS HEAD AND BOWL

  • 75 MICRON

  • .003” ELEMENT SPACING

  • 316 SS WEDGE WOUND WIRE FILTER ELEMENT

  • 2” -11.5 NPT THREAD INLET/OUTLET PORTS

  • MANUAL 304 SS CLEANING KNIFE




  • 150 PSIG MAX OP PRESSURE

  • 275 MAX OP TEMP

  • 57 GPM CAPACITY

  • PTFE PACKING

  • 2” NPT DRAIN PORT

  • PUROLATOR FACET P/N 5-141



(vi) Description of requirements: SEE ABOVE



(vii) Delivery is required by 10/11/2023. The FOB point is destination.



(viii) The provision at 52.212-1, Instructions to Offerors applies to this acquisition. In addition to the requirements set forth in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong.



(ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:




  1. Basis for Contract Award

    This will be a Lowest Price Technically Acceptable (LPTA) evaluation conducted in accordance with (IAW) Federal Acquisition Regulation (FAR) 13 Simplified Acquisition Procedures, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), and Navy Marine Corps Acquisition Regulation Supplement (NMCARS). These regulations are available electronically at https://www.acquisition.gov. A contract may be awarded to the contractor who is deemed responsible in accordance with the FAR part 9.1.

  2. Solicitation Requirements, Terms and Conditions Offered material shall meet the requirement specifications and comply with the terms and condition set forth herein and in the resultant contract. Failure to comply with the terms and conditions of the solicitation may result in the contractor being ineligible for award. Contractors must clearly identify any exception to the solicitation terms and conditions and must provide complete supporting rationale. The Government reserves the right to determine any such exceptions unacceptable.





RATING DESCRIPTION

Acceptable Material offered meets requirement specifications.



Unacceptable Material offered does not meet requirement specifications.



(x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.



(xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause – NONE



(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable:



52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017

52.204-7 System for Award Management OCT 2018

52.204-8 Annual Representations and Certifications DEC 2022

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

52.204-19 Incorporation by Reference of Representations and Certifications DEC 2014

52.204-20 Predecessor of Offeror AUG 2020

52.204-21 Basic Safeguarding of Covered Contractor Information Systems NOV 2021

52.204-22 Alternative Line Item Proposal JAN 2017

52.204-26 Covered Telecommunications Equipment or Services--Representation OCT 2020

52.212-1 Instructions to Offerors--Commercial Products and Commercial Services NOV 2021

52.212-4 Contract Terms and Conditions--Commercial Products and Commercial Services DEC 2022

52.222-26 Equal Opportunity SEP 2016

52.222-29 Notification Of Visa Denial APR 2015

52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications.JUN 2020



52.222-50, Combating Trafficking in Persons (OCT 2020)



52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)



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

52.242-15 Stop-Work Order AUG 1989

52.243-1 Changes--Fixed Price AUG 1987

52.246-1 Contractor Inspection Requirements APR 1984

52.246-2 Inspection Of Supplies--Fixed Price AUG 1996

52.246-15 Certificate of Conformance APR 1984

52.247-34 F.O.B. Destination NOV 1991

52.252-5 Authorized Deviations In Provisions NOV 2020

252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011

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

252.204-7003 Control Of Government Personnel Work Product APR 1992

252.204-7007 Alternate A, Annual Representations and Certifications MAY 2021

252.204-7008 Compliance With Safeguarding Covered Defense Information Controls OCT 2016

252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information JAN 2023

252.204-7012 Safeguarding Covered Defense Information and CyberIncident Reporting JAN 2023

252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support JAN 2023

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 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

252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations SEP 2019

252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors JAN 2023

252.223-7008 Prohibition of Hexavalent Chromium JAN 2023

252.225-7001 Buy American And Balance Of Payments Program--Basic JAN 2023

252.225-7031 Secondary Arab Boycott Of Israel JUN 2005

252.225-7048 Export-Controlled Items JUN 2013

252.231-7000 Supplemental Cost Principles DEC 1991

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018

252.232-7010 Levies on Contract Payments DEC 2006

252.243-7001 Pricing Of Contract Modifications DEC 1991

252.244-7000 Subcontracts for Commercial Products or Commercial Services JAN 2023

252.246-7003 Notification of Potential Safety Issues JAN 2023

252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System JAN 2023

252.246-7008 Sources of Electronic Parts JAN 2023

252.247-7023 Transportation of Supplies by Sea JAN 2023



(xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS/NAVSEA clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):



52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016)



52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999)



52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)



52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)



252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)



252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)



C-223-H003 EXCLUSION OF MERCURY (NAVSEA) (MAR 2019)



G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018)



(xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A



(xv) The following notes apply to this announcement:





The result and contract will be issued as firm fixed price with method of payment via Wide Area Workflow (WAWF)



(xvi) Offers are due on 6/22/2023 by 10:00AM Hawaii Standard time.



Submissions should be emailed to Caroline Bruseski at caroline.e.bruseski.civ@us.navy.mil.



For information regarding this solicitation, please contact Caroline Bruseski at caroline.e.bruseski.civ@us.navy.mil. Please be advised that .zip and .exe files cannot be accepted.


Attachments/Links
Contact Information
Contracting Office Address
  • 667 SAFEGUARD ST SUITE 100
  • PEARL HARBOR , HI 96860-5033
  • 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 >