Skip to main content

An official website of the United States government

You have 2 new alerts

2895 - Cummins Engines and OEM Replacement Parts

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Nov 21, 2022 10:10 pm EST
  • Original Date Offers Due: Nov 29, 2022 11:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 15, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 2895 - MISCELLANEOUS ENGINES AND COMPONENTS
  • NAICS Code:
    • 333618 - Other Engine Equipment Manufacturing
  • Place of Performance:
    Arizona Detachment Bldg. 3 Hornet Avenue, Pearl Harbor, HI 96860
    USA

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 N0060422Q4093. 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 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 Engines and 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 Engine and OEM replacement Parts list. Description: Cummins Engine and 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 Engine and OEM replacement Parts list Attachment 2 FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Nov 2021 Attachment 3 FAR 52.212-3 and Alt I Attachment 4 Redacted J and A for Brand Name The FAR and DFARS provision and clauses that were incorporated under N0060422Q4093 and NAVSUP FLCPH Cummins Engine and OEM Replacement Parts Master BPAs are applicable to this procurement. The additional provisions, clauses, and terms and conditions are applicable to this procurement: 252.225-7001 Buy American and Balance of Payments Program Basic (Jun 2022) Quoters shall complete attachment 1 and include it with quotes. 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 elisha.c.wallace.civ@us.navy.mil. Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ N0060422Q4093 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 11:00 AM (Hawaii Standard Time) on Friday 25 November 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. This announcement will close at 1:00 pm HST on Wednesday 30 November 2022. Contact Elisha Wallace who can be reached at 808-473-7588 or email elisha.c.wallace.civ@us.navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. 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. The submission of a quote means that the Quoter does not take any exceptions to the solicitation and Attachment 1 - Cummins Engine and OEM replacement Parts list 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). 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. 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 ********

Contact Information

Contracting Office Address

  • SUITE 100 1942 GAFFNEY STREET
  • PEARL HARBOR , HI 96860-4549
  • USA

Primary Point of Contact

Secondary Point of Contact





History