Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 31, 2024 SAM #8221
SOLICITATION NOTICE

28 -- Cummins Engines and OEM Replacement Parts

Notice Date
5/29/2024 4:52:13 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
N0060424Q4054
 
Response Due
6/10/2024 9:00:00 AM
 
Archive Date
06/25/2024
 
Point of Contact
Kesha Kishinami 808-473-7579
 
E-Mail Address
kesha.m.kishinami.civ@us.navy.mil
(kesha.m.kishinami.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 13.03, 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 N0060424Q4054. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-05 and DFARS Publication Notice 20240425. 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 Cummins Engines and OEM Replacement Parts is 100 percent set-aside for small business concerns and is set-aside exclusively for only those authorized under the NAVSUP FLC Pearl Harbor Cummins OEM Replacement Parts BPA. Quotes from other than these holders will not be considered. Please notate NAVY BPA number on quote submission. The Small Business Office concurs with the set-aside decision. The NAVSUP FLCPH Regional Contracting Department requests responses from only those authorized under the NAVSUP FLC Pearl Harbor Cummins Engines and OEM Replacement Parts BPA who is capable of providing the quantities of the Cummins OEM replacement part identified in Attachment 1 Cummins OEM replacement Parts list. Description: Cummins OEM Replacement Parts Delivery included. QTY: 1; UOI: GR *If part numbers are outdated or superseded, provide replacement part number Delivery is within 120 days after award. If 120 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 Cummins OEM replacement Parts list Attachment 2 FAR 52.204-24 Reps Regarding Certain Telecommunications (NOV 2021) Attachment 3 FAR 52.212-3 (MAY 2024) Attachment 4 J and A Redacted The FAR and DFARS provision and clauses that were incorporated under the NAVSUP FLCPH Cummins Engine and OEM Replacement Parts Master BPAs are applicable to this procurement. In addition, the following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management OCT 2018 52.204-27 Prohibition on a ByteDance Covered Application JUN 2023 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 FEB 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 MAY 2024 52.222-19 Child Labor-Cooperation with Authorities and Remedies FEB 2024 52.223-23 Sustainable Products and Services MAY 2024 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION) MAY 2024 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 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements NOV 2023 252.204-7020 NIST SP 800-171 DoD Assessment Requirements NOV 2023 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors JAN 2023 252.223-7008 Prohibition of Hexavalent Chromium JAN 2023 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 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 JAN 2023 Quoters are reminded to include a completed copy of FAR 52.212-3 and FAR 52.204-24 with quotes. Questions regarding the solicitation: Questions shall be submitted electronically to kesha.m.kishinami.civ@us.navy.mil. Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ N0060424Q4054 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 (Hawaii Standard Time) on Monday, 03 June 2024. 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 1200 pm HST on Monday, 10 June 2024. Contact Kesha Kishinami, who can be reached at kesha.m.kishinami.civ@us.navy.mil. Quotes shall be submitted electronically via email to Kesha Kishinami at kesha.m.kishinami.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, delivery timeframe, 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 number, 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/4b57e4c6825241e99e8c9daeb70188be/view)
 
Place of Performance
Address: Arizona Detachment Bldg 3Hornet Avenue, Pearl Harbor , HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN07079695-F 20240531/240529230057 (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.