Hawaii Bids > Bid Detail

2815 - ZF Marine Transmissions and OEM parts (Brand Name Only)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 28 - Engines, Turbines, and Components
Opps ID: NBD00159527637373807
Posted Date: Jun 28, 2023
Due Date: Jul 5, 2023
Solicitation No: N0060423Q4068
Source: https://sam.gov/opp/21c3d7d0bf...
Follow
2815 - ZF Marine Transmissions and OEM parts (Brand Name Only)
Active
Contract Opportunity
Notice ID
N0060423Q4068
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: Jun 28, 2023 01:43 am HST
  • Original Date Offers Due: Jul 05, 2023 06:00 am HST
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 20, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 2815 - DIESEL ENGINES AND COMPONENTS
  • NAICS Code:
    • 333618 - Other Engine Equipment Manufacturing
  • Place of Performance:
    Arizona Detachment Bldg. 3 Hornet Avenue, Pearl Harbor, 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 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 N0060423Q4068. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-04 and DFARS Publication Notice 20230609. 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 employee(s).

This Request for Quotation and subsequent BPA Call is set-aside exclusively for only those authorized NAVSUP FLCPH ZF Marine Transmissions and OEM Replacement Parts BPA Holders. Quotes received from other than these BPA Holders will not be considered. Please notate the NAVSUP FLCPH ZF Marine Transmissions and OEM Replacement Parts BPA number on quote submission. The Small Business Office concurs with the set-aside decision.

The NAVSUP FLCPH Regional Contracting Department requests responses from authorized NAVSUP FLCPH ZF Marine Transmissions and OEM Replacement Parts BPA Holders capable of providing the quantities of the ZF Marine Transmissions Engines and OEM replacement part identified in Attachment 1 - ZF Marine Transmissions and OEM Replacement Parts List.
CLIN 0001 - QTY: 0001; U/I: GR; Description: ZF Transmissions and OEM Parts
CLIN 0002 - QTY: 0001; U/I: GR; Description: FOB Destination Freight.

Quoters are asked to include the MSRP for each part and the discount provided to the Government on each. 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 - ZF Marine Transmissions and OEM Replacement Parts List
Attachment 2 - Approved Brand Name Only Justification
Attachment 3 - FAR 52.212-3 (DEVIATION 2023-O0002) (DEC 2022)
Attachment 4 - FAR 52.204-24 Representation

The FAR and DFARS provisions and clauses that were incorporated under Solicitation N0060422Q4009 and incorporated in the NAVSUP FLCPH ZF Transmissions and OEM Replacement Parts Master BPAs
(N0060422A4005, and N0060422A4006) are applicable to this solicitation.

PROVISIONS AND CLAUSES

Additional contract terms and conditions applicable to this action are:

52.222-19        Child Labor-Cooperation with Authorities and Remedies (DEC 2022)
252.203-7002        Requirement to Inform Employees of Whistleblower Rights (DEC 2022)
252.204-7015        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)
252.204-7024        Notice on the use of the Supplier Performance Risk System (MAR 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)
252.225-7056        Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023)
252.232-7006        Wide Area WorkFlow Payment Instructions (JAN 2023)
252.244-7000        Subcontracts for Commercial Items (JAN 2023)
252.247-7034        Transportation of Supplies by Sea-Basic (JAN 2023)

This announcement will close at 1200 HST on Wednesday, 5 July 2023.
Questions shall be submitted prior to 1500 HST on Monday, 3 July 2023. Contact Dana Anderson who can be reached via email at 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. All responsible sources may submit a quote which shall be considered by the agency.

Quoters are reminded to include a completed copy of FAR 52.212-3 (DEVIATION 2023-O0002) and FAR 52.204-24 with quotes.

Procedures in FAR 13.106 are applicable to this procurement. Award will be made on Best Value with price, delivery timeframe and a determination of responsibility being the basis of this award.

The Government will evaluate quotes on a total of both CLINs.
The Government intends to award to the responsible quoter whose quote represents the best value, after evaluation in accordance with the factors in the solicitation. Once evaluation is complete, 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 ********
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
  • Jun 28, 2023 01:43 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.

Start Free Trial Today >