Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2025 SAM #8501
SOLICITATION NOTICE

28 -- Westerbeke Generator OEM Replacement Parts

Notice Date
3/5/2025 5:52:54 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
N0060425Q4001
 
Response Due
3/13/2025 5:00:00 AM
 
Archive Date
03/28/2025
 
Point of Contact
Keala Kia 808-473-7666
 
E-Mail Address
keala.s.kia.civ@us.navy.mil
(keala.s.kia.civ@us.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 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 N0060425Q4001. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-03 and DFARS Publication Notice 01/17/2025. 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 Westerbeke Generator OEM Replacement Parts is intended for award exclusively for only those authorized under the Naval Supply Systems Command Fleet Logistics Center Pearl Harbor (NAVSUP FLC PH) Westerbeke Generator and OEM Replacement Parts BPA. Quotes from other than this holder will be considered should the BPA holder not submit a quote. Please notate NAVY BPA number on quote submission. The Small Business Office concurs with this decision. The NAVSUP FLC PH Regional Contracting Department requests responses from only those authorized under the NAVSUP FLCPH Westerbeke Generators and OEM Replacement Parts BPA who are capable of providing the quantities of the Westerbeke parts identified in Attachment 1 Westerbeke parts list. Description: Westerbeke Generator OEM Parts Delivery included. QTY: 1, UOI: Group Delivery is within 90-120 days after award; FOB Destination. If 90 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: Westerbeke Parts List Attachment 2: FAR 52.204-24 Reps Regarding Certain Telecommunications (NOV 2021) Attachment 3: FAR 52.212-3 (NOV 2023) and Alt I Attachment 4: J and A Redacted The FAR and DFARS provision and clauses that were incorporated under the NAVSUP FLC Pearl Harbor Westerbeke Generators and OEM Replacement Parts BPA are applicable to this procurement: In addition, the following FAR provision and clauses are applicable to this procurement: 52.203-17 Contractor Employee Whistleblower Rights 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-20 Predecessor of Offeror 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-27 Prohibition on a ByteDance Covered Application 52-204-29 Federal Acquisition Supply Chain Security Act Orders - Representation and Disclosures 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (updated Jan 2025) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 Instructions to Offerors - Commercial Products and Commercial Services 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (updated Jan 2025) 52.219-28 Post Award Small Business Program Representation 52.219-33 Nonmanufacturer Rule 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-50 Combatting Trafficking in Persons 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals - Representation 52.223-23 Sustainable Products and Services 52.225-13 Restrictions on Certain Foreign Purchases 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) 52.232-33 Payment by Electronic Funds Transfer - System for Award Management 52.232-36 Payment by Third Party 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (updated Mar 2023) 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.240-1 Prohibition on Unmanned aircraft Systems Manufactured or Assembled by American Security Drone Act - Covered Foreign Entities 52.252-5 Authorized Deviations in Provisions 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (updated Dec 2022) 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2024-O0013, Revision 1) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (updated Jan 2023) 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services - Representation 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (updated Jan 2023) 252-204-7020 NIST SP 800-171 DoD Assessment Requirements 252.204-7024 Notice on the Use of the Supplier Performance Risk System 252.211-7003 Item Unique Identification and Valuation (updated Jan 2023) 252.223-7008 Prohibition of Hexavalent Chromium (updated Jan 2023) 252.225-7012 Preference for Certain Domestic Commodities (updated Apr 2022) 252.225-7055 Representation Regarding Business Operations with the Maduro Regime 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region 252.225-7972 Prohibition on the Procurement of foreign-Made Unmanned Aircraft systems (DEVIATION 2024-O0014) 252.232-7006 Wide Area WorkFlow Payment Instructions 252.244-7000 Subcontracts for Commercial Products or Commercial Services (updated Nov 2023) 252.247-7023 Transportation of Supplies by Sea (updated Oct 2024) 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 keala.s.kia.civ@us.navy.mil. Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ N0060425Q4001 on 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 8:00am (Hawaii Standard Time) on Friday, March 7, 2025. 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 8:00am (Hawaii Standard Time) on Thursday, March 13, 2025. Contact Keala Kia, who can be reached at keala.s.kia.civ@us.navy.mil. Quotes shall be submitted electronically via email to Keala Kia at keala.s.kia.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. 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, deliver time frame, and a determination of responsibility. 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 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/78d83d9a85b8487fa27c1bff06bd51f5/view)
 
Place of Performance
Address: Arizona Detachment Bldg. 3 Hornet Avenue, Pearl Harbor, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN07361886-F 20250307/250307070532 (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.