Hawaii Bids > Bid Detail

2895 - CUMMINS ENGINES OEM REPLACEMENT PARTS

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 28 - Engines, Turbines, and Components
Opps ID: NBD00159815392705860
Posted Date: Feb 28, 2023
Due Date: Mar 6, 2023
Solicitation No: N0060423Q4024
Source: https://sam.gov/opp/be0ec950e0...
Follow
2895 - CUMMINS ENGINES OEM REPLACEMENT PARTS
Active
Contract Opportunity
Notice ID
N0060423Q4024
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: Feb 28, 2023 05:21 am HST
  • Original Date Offers Due: Mar 06, 2023 07:00 am HST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 21, 2023
  • 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:
    ARIZONA DETACHMENT BUILDING 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 N0060423Q4024. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-01 and DFARS Publication Notice 20230131. 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 FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment Nov 2021
Attachment 3 FAR 52.212-3 and Alt I Dec 2022
Attachment 4 Redacted J and A for Brand Name

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:

52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (Dec 2022)

252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Dec 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 Equipmentor Services (Jane 2023)

252.204-7020 NIST SP 800-171DoD Assessment Requirements (Jan 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)

252.232-7017 Accelerating Payments to Small Business Subcontractors-Prohibition on Fees and Consideration (Jan 2023)

252.244-7000 Subcontracts for Commercial Products or Commercial Services (Jan 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 (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.

Questions regarding the solicitation: Questions shall be submitted electronically to
elisha.c.wallace.civ@us.navy.mil. Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ N0060423Q4024 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 11:00 AM (Hawaii Standard Time) on Thursday, 02 March 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 Monday 06 March 2023. Contact Elisha Wallace who can be reached at 808-473-7588 or email elisha.c.wallace.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 ********
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
  • Feb 28, 2023 05:21 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 >