SOLICITATION NOTICE
28 -- Cummins Engines and OEM Parts
- Notice Date
- 8/24/2023 6:30:22 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
- N0060423Q4088
- Response Due
- 9/5/2023 10:00:00 AM
- Archive Date
- 09/20/2023
- Point of Contact
- Dana Anderson 808-473-7906
- E-Mail Address
-
dana.a.anderson2.civ@us.navy.mil
(dana.a.anderson2.civ@us.navy.mil)
- 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 the Simplified Procedures for Certain Commercial Products and Commercial Services found at FAR 13.5, 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 N0060423Q4088. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-04 and DFARS Publication 20230720. 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 https://www.acquisition.gov/dfars. The NAICS code is 333618 and the Small Business Standard is 1,500 Employees. The proposed contract is a competitive unrestricted action. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from Authorized Dealers of Cummins Inc. Engines and OEM parts who are capable of providing the following engines and OEM parts including warranty support for listed items: CLIN 0001 - Cummins Original Equipment Manufacturer (OEM) replacement and or Cummins-Authorized parts based on Engine parts including FOB Destination shipping to Arizona Detachment Bldg 3, Hornet Avenue, JBPHH, HI 96860. See Cummins Parts List attachment 1. *If part numbers are outdated or superseded, provide replacement part number.* QTY: 1 Unit of Issue: Group Delivery is 180 days after award; if delivery cannot be made within 180 days after award, provide proposed delivery timeframe for each item found in column F in Attachment 1 with quote; Delivery Location is Arizona Detachment Bldg 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. Partial Delivery and Invoicing is acceptable. Base Access: Commander, Navy Installations Command (CNIC), has established the Defense Biometric Identification System (DBIDS), a standardized process for granting unescorted access privileges to vendors, contractors, suppliers and service providers not otherwise entitled to the issuance of a Common Access Card (CAC) who seek access to and can provide justification to enter Navy installations and facilities. Visiting vendors may obtain daily passes directly from the individual Navy Installations by submitting identification credentials for verification and undergoing a criminal screening/background check. Further information regarding DBIDS can be found at http://cnic.navy.mil/CNICHQSite/index.htm (under Popular Links). ATTACHMENTS: Attachment 1 - Cummins Parts List Attachment 2 - FAR Provisions Attachment 3 - J and A *The Government requests that Quoters include a completed copy of Attachment 2 FAR Provisions with their quote* The following FAR provision and clauses are applicable to this procurement: 52.203-6 Restrictions on Subcontractor Sales to the Government--Alternate I NOV 2021 52.203-12 Limitation on Payments to Influence Certain Federal Transactions JUN 2020 52.204-7 System for Award Management OCT 2018 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020 52.204-13 System for Award Management Maintenance OCT 2018 52.204-16 Commercial and Government Entity Code Reporting AUG 2020 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020 52.204-21 Basic Safeguarding of Covered Contractor Information Systems NOV 2021 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities NOV 2021 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 52.204-27 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 NOV 2021 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services NOV 2021 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services DEC 2022 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 JUN 2023 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns OCT 2022 52.219-8 Utilization of Small Business Concerns OCT 2022 52.219-28 Post-Award Small Business Program Rerepresentation MAR 2023 52.222-3 Convict Labor JUNE 2003 52.222-19 Child Labor-Cooperation with Authorities and Remedies DEC 2022 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 52.222-40 Notification of Employee Rights Under the National Labor Relations Act DEC 2010 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 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors NOV 2021 52.233-3 Protest after Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.247-34 F.O.B Destination NOV 1991 Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. 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 252.204-7015 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. MAR 2022 252.204-7020 NIST SP 800-171 DoD Assessment Requirements. JAN 2023 252.204-7022 Expediting Contract Closeout MAY 2021 252.211-7003 Item Unique Identification and Valuation JAN 2023 252.223-7008 Prohibition of Hexavalent Chromium JAN 2023 252.225-7000 Buy American--Balance of Payments Program Certificate--Basic NOV 2014 252.225-7001 Buy American and Balance of Payments Program--Basic JAN 2023 252.225-7012 Preference for Certain Domestic Commodities APR 2022 252.225-7048 Export-Controlled Items JUNE 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 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) MAY 2020 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems-Representation. (DEVIATION 2020-O0015) MAY 2020 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 252.243-7002 Requests for Equitable Adjustment DEC 2022 252.244-7000 Subcontracts for Commercial Products and Commercial Services JAN 2023 252.246-7008 Sources of Electronic Parts JAN 2023 252.247-7023 Transportation of Supplies by Sea--Basic JAN 2023 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) Questions regarding the solicitation: Questions shall be submitted electronically to dana.a.anderson2.civ@us.navy.mil. Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ N0060423Q4088 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 31 August 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 5 September 2023. Contact Dana Anderson who can be reached by email at dana.a.anderson2.civ@us.navy.mil. Oral communications are not acceptable in response to this notice. The Government will make award to the responsible quoter who is a Cummins Authorized Dealer and whose quote is technically acceptable and provides the Best Value. While price will be a significant factor in the evaluation of quotes, the final contract award will be based on a combination of factors - total price and proposed delivery timeframe. Technically Acceptability: A technically acceptable quote is a quote that takes no exceptions to the Government�s requirements. Price: Quoters shall submit a price for each item listed in Attachment 1 - Cummins Part List. Delivery: Quoter shall provide a proposed delivery timeframe for each item found in column F in Attachment 1 - Cummins Part List. Partial delivery is acceptable. Responsibility Determination: To be eligible for award of a purchase order hereunder, the quoter must be determined by the Government to be responsible 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: System for Award Management (SAM), Contractor Performance Assessment Reporting System (CPARS) and or the Federal Awardee Performance and Integrity Information System (FAPIIS). This requirement is unrestricted and will result in a Firm-Fixed Price purchase order. Please ensure your quote includes your Unique Entity ID (UEI) and CAGE. The method of payment will be Wide Area Workflow (WAWF). Please review and return the attached FAR 52.212-3 Alt I and 52.204-24 with your quotation. Ensure your firm has completed your annual Representations and Certifications in System for Award Management (SAM and no changes have been made on the date of your quotation. This requirement will be FOB Destination. 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, GSA 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. ******* End of Combined Synopsis/Solicitation ******
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/eb804ec452e94aa7bd596a7ea7760124/view)
- Place of Performance
- Address: Arizona Detachment Bldg 3, Hornet Avenue, JBPHH, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Zip Code: 96860
- Record
- SN06805865-F 20230826/230824230057 (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 |