Hawaii Bids > Bid Detail

2895 - Yamaha OEM Replacement Parts

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 28 - Engines, Turbines, and Components
Opps ID: NBD00159889846611216
Posted Date: Jun 2, 2023
Due Date: Jun 9, 2023
Solicitation No: N0060423Q4065
Source: https://sam.gov/opp/249698ebf9...
Follow
2895 - Yamaha OEM Replacement Parts
Active
Contract Opportunity
Notice ID
N0060423Q4065
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 02, 2023 07:10 am HST
  • Original Date Offers Due: Jun 09, 2023 03:00 am HST
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 24, 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:
    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 under FAR Part 13 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 N0060423Q4065. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-03 and DFARS Publication Notice 20230525.
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. 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

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 your 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 Representations 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 christine.t.nakata.civ@us.navy.mil.
Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ N0060423Q4065 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 Tuesday, 06 June. 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, 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 N0060422Q4006 and incorporated in the NAVSUP FLCPH Yamaha Engine and OEM Replacement Parts Master BPAs (N0060422A4000, N0060422A4001 and N0060422A4002) are applicable to this solicitation.
The following FAR and DFARS clauses are applicable to this procurement:

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 (MAR 2023)
52.204-10        Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020)
52.209-6        Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021)
52.219-6        Notice of Total Small Business Set-Aside (NOV 2020)
52.219-28        Post-Award Small Business Program Representation (OCT 2022)
52.222-3        Convict Labor (JUN 2003)
52.222-21        Prohibition of Segregated Facilities (APR 2015)
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)
52.222-50        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)
52.222-19        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)
252.247-7023        Transportation of Supplies by Sea-Basic (JAN 2023)

This announcement will close at 9:00 AM HST (Hawaii Standard Time) on Friday, 09 June.
Contact Christine Nakata who can be reached via email at: christine.nakata@navy.mil. Quotes shall be submitted electronically via email to Christine Nakata, email christine.t.nakata.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).
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
  • Jun 02, 2023 07:10 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 >