SOLICITATION NOTICE
J -- Maintenance Inspections and Repairs for Galley/Kitchen Appliances and Equipment
- Notice Date
- 6/10/2025 2:24:08 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811412
— Appliance Repair and Maintenance
- Contracting Office
- NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
- ZIP Code
- 96860-4549
- Solicitation Number
- N0060425Q4073
- Response Due
- 6/24/2025 3:00:00 PM
- Archive Date
- 07/09/2025
- Point of Contact
- Dana Anderson 808-473-7906, Liane Pekelo-Passmore, Phone: 8084737942
- E-Mail Address
-
dana.a.anderson2.civ@us.navy.mil, liane.m.pekelo-passmore.civ@us.navy.mil
(dana.a.anderson2.civ@us.navy.mil, liane.m.pekelo-passmore.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 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 on SAM.gov. The RFQ number is N0060425Q4073. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-03 and DFARS Publication Notice 20250117. 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 811412 and the Small Business Standard is $19 million. The proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside decision. Assault Craft Unit FIVE (ACU-5) of Camp Pendleton, CA requests responses from qualified small business sources capable of providing Maintenance Inspections and Repairs for Galley/Kitchen Appliances and Equipment in accordance with the Performance Work Statement (PWS), see attachment 1. Period of Performance is for 12 months, beginning on 1 July 2025; ending 30 Jun 2026; Service Delivery Location is FOB Destination at ACU-5 Galley in accordance with the PWS. Refer to the PWS at attachment 1 for schedule specifics. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. This requirement will result in a Firm-Fixed Price (FFP) purchase order and payment will be electronic through the Wide Area Workflow (WAWF). Attachment 1 - Performance Work Statement Attachment 2 � 52.212-3 CD and 52.204-24 Attachment 3 � Wage Determination 2015-5635 Rev 26 Questions regarding the solicitation: Questions shall be submitted electronically to Dana Anderson, dana.a.anderson2.civ@us.navy.mil. Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ N0060425Q4073 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 12:00 PM HST (Hawaii Standard Time) on Wednesday, 18 June 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 12:00 PM HST (Hawaii Standard Time) on Tuesday, 24 June 2025. Quotes shall be submitted electronically via email to Dana Anderson who can be reached via email at: dana.a.anderson2.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. A complete quote in response to this Combined Synopsis/Solicitation must include a completed Attachment 2 - 52.212-3 CD Offeror Representations and Certifications-Commercial Products and Commercial Services and 52.204-24 Representation Regarding Certain Telecommunications & Video Surveillance Services or Equipment (only if the offeror�s Reps & Certs are not current in SAM). Evaluation Criteria: 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 made to a responsible contractor based on a combination of factors - price, technical capability, and quoter�s past performance. **the responsible quoter, who�s quote conforms to the solicitation and is determined to be the most advantageous to the Government, when price and other factors are considered.** Price: Quoters shall submit a price for the work listed in Attachment 1 (Performance Work Statement). In determining whether a price is fair and reasonable, the government may use historical data, independent Government estimates, or any other technique permissible by FAR 13.106-3 and FAR 15.404-1(b). Technical: Quoters will be rated Acceptable if they adequately show their ability to meet the performance requirements identified in the PWS and take no exceptions to the PWS. Quoters will be rated Unacceptable if they do not adequately show their ability to meet the performance requirements identified in the PWS or take exceptions to the PWS. 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. Unless otherwise stated in your quote, the submission of a quote shall mean that the Quoter does not take any exceptions to the Performance Work Statement requirements. 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), Supplier Performance Risk System (SPRS), and Contractor Performance Assessment Reporting System (CPARS). The Government intends to evaluate quotations and award a Firm Fixed Price Order based upon initial quotations received. Therefore, the Quoters initial quotation should contain the Quoters best terms from a price and technical standpoint. However, the Government reserves the right to request revised quotations from or negotiate final purchase order terms with Quoters if it is later determined by the Contracting Officer to be necessary. The Government may reject any or all quotations if such action is in the public interest; issue a purchase order to other than the Quoter with the lowest price; and waive informalities and minor irregularities in quotations received. It is the Quoters responsibility to ensure that there are no discrepancies presented within the information contained in its quote. Potential Quoters are hereby notified that in the event there are discrepancies within information in a quote received by the Government, or in comparison to Government information provided in the solicitation, the Government reserves the right to apply its judgment to resolve such discrepancies during the evaluation of the quotes without conducting discussions. 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, Solicitation No. N0060425Q4073, 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. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management NOV 2024 52.204-13 System for Award Management Maintenance OCT 2018 52.204-16 Commercial and Government Entity Code Reporting AUG 2020 52.204-17 Ownership or Control of Offeror AUG 2020 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020 52.204-20 Predecessor of Offeror AUG 2020 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities DEC 2023 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 52.204-26 Covered Telecommunications Equipment or Services--Representation OCT 2020 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 JAN 2025 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services SEP 2023 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services MAY 2024 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services NOV 2023 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services (DEVIATION 2025-O0003 and 2025-O0004) MAR 2025 52.219-6 Notice of Total Small Business Set-Aside NOV 2020 52.219-28 Post-Award Small Business Program Rerepresentation JAN 2025 52.222-3 Convict Labor June 2003 52.222-36 Equal Opportunity for Workers with Disabilities JUN 2020 52.222-41 Service Contract Labor Standards AUG 2018 52.222-42 Statement of Equivalent Rates for Federal Hires MAY 2014 52.222-50 Combating Trafficking in Persons NOV 2021 52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 JAN 2022 52.222-62 Paid Sick Leave Under Executive Order 13706 JAN 2022 52.223-12 Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners MAY 2024 52.223-20 Aerosols MAY 2024 52.223-23 Sustainable Products and Services (DEVIATION 2025-O0004) MAR 2025 52.223-5 Pollution Prevention and Right-to-Know Information. MAY 2024 52.225-13 Restrictions on Certain Foreign Purchases FEB 2021 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 OCT 2018 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors MAR 2023 52.233-3 Protest after Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.240-1 Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act�Covered Foreign Entities NOV 2024 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 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7004 Antiterrorism Awareness Training for Contractors JAN 2023 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information JAN 2023 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2024-O0013, Rev 1) MAY 2024 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 NOV 2023 252.204-7020 NIST SP 800-171 DoD Assessment Requirements NOV 2023 252.204-7022 Expediting Contract Closeout MAY 2021 252.204-7024 Notice on the Use of the Supplier Performance Risk System MAR 2023 252.223-7008 Prohibition of Hexavalent Chromium JAN 2023 252.225-7012 Preference for Certain Domestic Commodities APR 2022 252.225-7048 Export-Controlled Items JUN 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 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Representation JUN 2023 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region JUN 2023 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 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JAN 2023 252.244-7000 Subcontracts for Commercial Products or Commercial Services NOV 2023 252.246-7003 Notification of Potential Safety Issues JAN 2023 252.247-7023 Transportation of Supplies by Sea--Basic OCT 2024 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) ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1ab31e80fac14325bb6090909aac0718/view)
- Place of Performance
- Address: Camp Pendleton, CA 92055, USA
- Zip Code: 92055
- Country: USA
- Zip Code: 92055
- Record
- SN07471657-F 20250612/250610230046 (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 |