Hawaii Bids > Bid Detail

2895 - Yamaha OEM Engine Parts

Agency:
Level of Government: Federal
Category:
  • 28 - Engines, Turbines, and Components
Opps ID: NBD00159549522169457
Posted Date: Dec 27, 2023
Due Date: Jan 5, 2024
Source: https://sam.gov/opp/d02340507a...
Follow
2895 - Yamaha OEM Engine Parts
Active
Contract Opportunity
Notice ID
N0060424Q4007
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?

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).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
  • Original Published Date: Dec 26, 2023 01:42 pm HST
  • Original Date Offers Due: Jan 05, 2024 06:00 am HST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 22, 2024
  • Initiative:
    • None
Classification
  • 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:
    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 found at FAR Part 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 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 N0060424Q4007. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-01 and DFARS Publication Notice 20231030.
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. The proposed contract is 100 percent set aside for small business concerns. 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, See Attachment 1 for Parts list

CLIN 0002 - QTY: 1 Group - FOB Destination Freight

Required Delivery Date: Desired delivery is no later than 90 days from date of contract award. If delivery cannot be made 90 days from date of contract award, please provide 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 Representation 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 kesha.m.kishinami.civ@us.navy.mil. Oral queries will not be accepted. Emails sent to this address shall clearly reference RFP N0060424Q4007 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 0900 HST (Hawaii Standard Time) on Tuesday, 02 January 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.

A complete quote in response to this Combined Synopsis/Solicitation must 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). A complete quote must include the following BPA Number, estimated delivery, and shipping costs (if applicable), MSRP for all items and discount percentage off of the MSRP for all items.

The Government intends to award this requirement off of a single BPA Call, however, if a single NAVSUP FLCPH Yamaha Engines and OEM Replacement Parts BPA Holder cannot provide a quote for all of the items on Attachment 1-Parts List, multiple BPA Calls may be considered.

The FAR and DFARS provisions and clauses that were incorporated under Solicitation N0060424Q4007 and incorporated in the NAVSUP FLCPH Yamaha Engine and OEM Replacement Parts Master BPAs (N0060422A400, N0060422A4001 and N0060422A4002) are applicable to this solicitation.
The following FAR provision and clauses are applicable to this procurement:

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020)
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)
52.219-6 Notice of Total Small Business Set-Aside (NOV 2020)
52.219-28 Post-Award Small Business Program Rerepresentation (MAR 2023)
52.222-19 Child Labor-Cooperation with Authorities and Remedies (NOV 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)
252.204-7024 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 Work Flow Payment Instructions (JAN 2023)
252.244-7000 Subcontracts for Commercial Products or Commercial Services (NOV 2023)
252.247-7023 Transportation of Supplies by Sea-Basic (JAN 2023)
This announcement will close at 1200 pm HST on Friday, 05 January 2024.
Contact Kesha Kishinami who can be reached at 808-473-7579 or email kesha.m.kishinami.civ@us.navy.mil. Quotes shall be submitted electronically via email to Kesha Kishinami at kesha.m.kishinami.civ@us.navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.

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: NAVSUP FLCPH Yamaha Engines and OEM Replacement Parts BPA holders 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). A copy of BPA Holders MSRP shall be submitted with quote to validate quotes are in accordance with Yamaha Master BPA.

Responsibility Determination: To be eligible for award of a purchase order hereunder, the NAVSUP FLCPH
Yamaha Engines and OEM Replacement Parts BPA holder 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, Contractor
Performance Assessment Reporting System (CPARS), and/or Supplier Performance Risk System (SPRS).

SAM: NAVSUP FLCPH Yamaha Engines and OEM Replacement Parts BPA holder 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, 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 ********
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
  • Dec 26, 2023 01:42 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 >