Hawaii Bids > Bid Detail

2815 - Cummins Engines and OEM Parts

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 28 - Engines, Turbines, and Components
Opps ID: NBD00159738847992005
Posted Date: Aug 25, 2023
Due Date: Sep 5, 2023
Solicitation No: N0060423Q4088
Source: https://sam.gov/opp/eb804ec452...
Follow
2815 - Cummins Engines and OEM Parts
Active
Contract Opportunity
Notice ID
N0060423Q4088
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: Aug 24, 2023 03:30 pm HST
  • Original Date Offers Due: Sep 05, 2023 07:00 am HST
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 20, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 2815 - DIESEL ENGINES AND COMPONENTS
  • NAICS Code:
    • 333618 - Other Engine Equipment Manufacturing
  • Place of Performance:
    Arizona Detachment Bldg 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 the Simplified Procedures for Certain Commercial Products and Commercial Services found at FAR 13.5, 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 N0060423Q4088. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-04 and DFARS Publication 20230720.        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 https://www.acquisition.gov/dfars.
The NAICS code is 333618 and the Small Business Standard is 1,500 Employees. The proposed contract is a competitive unrestricted action.

The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from Authorized Dealers of Cummins Inc. Engines and OEM parts who are capable of providing the following engines and OEM parts including warranty support for listed items:

CLIN 0001 - Cummins Original Equipment Manufacturer (OEM) replacement and or Cummins-Authorized parts based on Engine parts including FOB Destination shipping to Arizona Detachment Bldg 3, Hornet Avenue, JBPHH, HI 96860. See Cummins Parts List attachment 1.

*If part numbers are outdated or superseded, provide replacement part number.*

QTY: 1 Unit of Issue: Group

Delivery is 180 days after award; if delivery cannot be made within 180 days after award, provide proposed delivery timeframe for each item found in column F in Attachment 1 with quote; Delivery Location is Arizona Detachment Bldg 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. Partial Delivery and Invoicing is acceptable.

Base Access: Commander, Navy Installations Command (CNIC), has established the Defense Biometric Identification System (DBIDS), a standardized process for granting unescorted access privileges to vendors, contractors, suppliers and service providers not otherwise entitled to the issuance of a Common Access Card (CAC) who seek access to and can provide justification to enter Navy installations and facilities. Visiting vendors may obtain daily passes directly from the individual Navy Installations by submitting identification credentials for verification and undergoing a criminal screening/background check.
Further information regarding DBIDS can be found at http://cnic.navy.mil/CNICHQSite/index.htm (under Popular Links).

ATTACHMENTS:
Attachment 1 - Cummins Parts List
Attachment 2 - FAR Provisions
Attachment 3 - J and A

*The Government requests that Quoters include a completed copy of Attachment 2 FAR Provisions with their quote*

The following FAR provision and clauses are applicable to this procurement:
52.203-6        Restrictions on Subcontractor Sales to the Government--Alternate I        NOV 2021
52.203-12        Limitation on Payments to Influence Certain Federal Transactions        JUN 2020
52.204-7        System for Award Management        OCT 2018
52.204-10        Reporting Executive Compensation and First-Tier Subcontract Awards        JUN 2020
52.204-13        System for Award Management Maintenance        OCT 2018
52.204-16        Commercial and Government Entity Code Reporting        AUG 2020
52.204-18        Commercial and Government Entity Code Maintenance        AUG 2020
52.204-21        Basic Safeguarding of Covered Contractor Information Systems        NOV 2021
52.204-23        Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities        NOV 2021
52.204-24        Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment        NOV 2021
52.204-25        Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment        NOV 2021
52.204-27        Prohibition on a ByteDance Covered Application        JUN 2023
52.209-6        Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment        NOV 2021
52.209-10        Prohibition on Contracting with Inverted Domestic Corporations        NOV 2015
52.212-1        Instructions to Offerors-Commercial Products and Commercial Services        NOV 2021
52.212-3        Offeror Representations and Certifications-Commercial Products and Commercial Services        DEC 2022
52.212-4        Contract Terms and Conditions-Commercial Products and Commercial Services        DEC 2022
52.212-5        Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services        JUN 2023
52.219-4         Notice of Price Evaluation Preference for HUBZone Small Business Concerns        OCT 2022
52.219-8        Utilization of Small Business Concerns         OCT 2022
52.219-28        Post-Award Small Business Program Rerepresentation        MAR 2023
52.222-3        Convict Labor        JUNE 2003
52.222-19        Child Labor-Cooperation with Authorities and Remedies        DEC 2022
52.222-26        Equal Opportunity        SEP 2016
52.222-35        Equal Opportunity for Veterans        JUN 2020
52.222-36        Equal Opportunity for Workers with Disabilities        JUN 2020
52.222-37        Employment Reports on Veterans        JUN 2020
52.222-40        Notification of Employee Rights Under the National Labor Relations Act        DEC 2010
52.222-50        Combating Trafficking in Persons        NOV 2021
52.223-18        Encouraging Contractor Policies to Ban Text Messaging While Driving        JUN 2020
52.225-13        Restrictions on Certain Foreign Purchases        FEB 2021
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
52.247-34        F.O.B Destination        NOV 1991

Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes.
All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:
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
252.204-7015        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
252.204-7022        Expediting Contract Closeout        MAY 2021
252.211-7003        Item Unique Identification and Valuation        JAN 2023
252.223-7008        Prohibition of Hexavalent Chromium        JAN 2023
252.225-7000        Buy American--Balance of Payments Program Certificate--Basic         NOV 2014
252.225-7001        Buy American and Balance of Payments Program--Basic        JAN 2023
252.225-7012        Preference for Certain Domestic Commodities        APR 2022
252.225-7048        Export-Controlled Items        JUNE 2013
252.225-7055        Representation Regarding Business Operations with the Maduro Regime        MAY 2022
252.225-7056        Prohibition Regarding Business Operations with the Maduro Regime         JAN 2023
252.225-7972        Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems.
(DEVIATION 2020-O0015)        MAY 2020
252.225-7973        Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems-Representation. (DEVIATION 2020-O0015)        MAY 2020
252.232-7003        Electronic Submission of Payment Requests and Receiving Reports        DEC 2018
252.232-7006        Wide Area WorkFlow Payment Instructions        JAN 2023
252.232-7010        Levies on Contract Payments        DEC 2006
252.243-7002        Requests for Equitable Adjustment        DEC 2022
252.244-7000        Subcontracts for Commercial Products and Commercial Services        JAN 2023
252.246-7008        Sources of Electronic Parts        JAN 2023
252.247-7023        Transportation of Supplies by Sea--Basic        JAN 2023

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

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text.
Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):

https://www.acquisition.gov/browse/index/far

https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html

(End of provision)

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text.
Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):

https://www.acquisition.gov/browse/index/far

https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html

(End of clause)

52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (NOV 2020)

(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the provision.

(b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation.

(End of clause)

52.252-6 Authorized Deviations in Clauses (Nov 2020)

(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause.

(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation.

(End of clause)

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 N0060423Q4088 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 9:00 AM HST (Hawaii Standard Time) on 31 August 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.

This announcement will close at 1:00 pm HST on 5 September 2023. Contact Dana Anderson who can be reached by email at dana.a.anderson2.civ@us.navy.mil. Oral communications are not acceptable in response to this notice.
The Government will make award to the responsible quoter who is a Cummins Authorized Dealer and whose quote is technically acceptable and provides the Best Value. While price will be a significant factor in the evaluation of quotes, the final contract award will be based on a combination of factors - total price and proposed delivery timeframe.

Technically Acceptability: A technically acceptable quote is a quote that takes no exceptions to the Government’s requirements.

Price: Quoters shall submit a price for each item listed in Attachment 1 - Cummins Part List.

Delivery: Quoter shall provide a proposed delivery timeframe for each item found in column F in Attachment 1 - Cummins Part List.
Partial delivery is acceptable.

Responsibility Determination: To be eligible for award of a purchase order hereunder, the quoter must be determined by the Government to be responsible 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: System for Award Management (SAM), Contractor Performance Assessment Reporting System (CPARS) and or the Federal Awardee Performance and Integrity Information System (FAPIIS).

This requirement is unrestricted and will result in a Firm-Fixed Price purchase order. Please ensure your quote includes your Unique Entity ID (UEI) and CAGE.
The method of payment will be Wide Area Workflow (WAWF). Please review and return the attached FAR 52.212-3 Alt I and 52.204-24 with your quotation. Ensure your firm has completed your annual Representations and Certifications in System for Award Management (SAM and no changes have been made on the date of your quotation. This requirement will be FOB Destination.
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, GSA contract number if applicable, 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
  • Aug 24, 2023 03:30 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 >