Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 03, 2022 SAM #7673
SOLICITATION NOTICE

28 -- YAMAHA OEM REPLACEMENT PARTS

Notice Date
12/1/2022 2:04:44 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N0060423Q4004
 
Response Due
12/12/2022 11:00:00 AM
 
Archive Date
12/27/2022
 
Point of Contact
Christine Nakata 808-473-7581
 
E-Mail Address
christine.nakata@navy.mil
(christine.nakata@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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 N0060423Q4004.� This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-08 and DFARS Publication Notice 20221028.� 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 requirement is a 100% small business set-aside and 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 31 May 2023.� If delivery cannot be made by 31 May 2023 or sooner, 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 & Video Surveillance Services or Equipment (Nov 2021) Attachment 4 - Redacted J&A Questions regarding the solicitation:� Questions shall be submitted electronically to christine.nakata@navy.mil.� Oral queries will not be accepted.� Emails sent to this address shall clearly reference the RFQ N0060423Q4004 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 06 December 2022. 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 & Video Surveillance Services or Equipment (only if the Reps & Certs are not current in SAM).� If not utilizing Attachment 1 - Parts List for your quote, your quote must notate your BPA number, Estimated Delivery, Shipping costs (if applicable) and Discount.� 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 can 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 & N0060422A4002) are applicable to this solicitation. The following FAR and DFARS clauses are applicable to this procurement: 52.212-5� ����Contract Terms and Conditions Required To Implement Statues or Executive Orders- Commercial Products and Commercial Services (Oct 2022) 52.222-19���� Child Labor-Cooperation with Authorities and Remedies (Jan 2022) 252.211-7003� Item Unique Identification and Valuation (Mar 2022) 252.225-7001� Buy American and Balance of Payments Program-Basic (Jun 2022) 252.225-7056� Prohibition Regarding Business Operation with the Maduro Regime (May 2022) ����������� ����������� This announcement will close at 9:00 AM HST (Hawaii Standard Time) on 12 December 2022.� 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.nakata@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.� The submission of a quote means that the Quoter takes no exceptions to the solicitation or any of the Attachments.� 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: Quoters 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 Quoter 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, 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). 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. 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 *******
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/72647cdf1a3e4ba58cfdedc573e72737/view)
 
Place of Performance
Address: JBPHH, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN06532747-F 20221203/221201230104 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.