Outboard Boat Engines
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information i... This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number M00318-19-Q-0016 is issued as a Request for Quotation (RFQ). This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03 and Department of Defense FAR Supplement (DFARS) current to DPN 20190628. This is a small business set-aside. The applicable North American Industry Classification System (NAICS) code is 333618 the industry description for this NAICS code is Other Engine Equipment manufacturing and the size standard is 1,500. Quotes are being requested for the following: CLIN 0001: Evinrude E150DCX (Brand name or equal) Description: (Salient Characteritics) Must be compatible with existing diagnostic software(ETEC) Must provide sufficient horse power to operate vessel safely and effectively (150-200 horsepower) Must rotate clockwise to ensure the vessel can be operated safely Must be compatible with existing steering/power control systems onboard the vessel (evinrude) Must have an engine shaft length of 25" Quantity: 1 Unit of issue: each CLIN 0002: Evinrude E150DPX (Brand name or equal) Description: (Salient Characteritics) Must be compatible with existing diagnostic software(ETEC) Must provide sufficient horse power to operate vessel safely and effectively (150-200 horsepower) Must rotate counter-clockwise to ensure the vessel can be operated safely Must be compatible with existing steering/power control systems onboard the vessel (evinrude) Must have an engine shaft length of 25" Quantity: 1 Unit of issue: each Delivery will be completed 45 days after award of contract. All items must be FOB Destination and priced as such. Delivery address is: Attn: Waterfront Operations Distribution Management Office Bldg 209 Marine Corps Base Hawaii Kaneohe Bay, HI 96863 Award will be made on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors. The non-cost factors that will be evaluated will be technical and past performance. Technical acceptability will be determined by comparing the proposed product's characteristics to the salient characteristics listed in the solicitation. Past performance will be determined acceptable if the vendor has a satisfactory record in the Supplier Performance Risk System (SPRS) for the FSC and PSC of the supplies being purchased (see DFARS 213.106-2(b)(i)). Vendors without past performance information will be rated as Neutral and considered Acceptable for purposes of Past Performance Evaluation. The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: 52.204-7 -- System for Award Management 52.204-13 -- System for Award Management Maintenance 52.204-16 -- Commercial and Government Entity Code Reporting 52.204-18 -- Commercial and Government Entity Code Maintenance 52.204-24 -- Represemtation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 - Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.212-1 -- Instructions to Offerors - Commercial Items 52.212-3 -- Offeror Representations and Certifications - Commercial Items 52.212-4 -- Contract Terms and Conditions-Commercial Items 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.232-39 -- Unenforceability of Unauthorized Obligations (Jun 2013) 52.247-34 - F.O.B - Destination The Following Clauses incorporated in 52.212-5 are also applicable: 52.204-10 -- Reporting Executive compensation and First-Tier Subcontract Awards 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-6 -- Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 -- Prohibition on Contracting with Inverted Domestic Corporations 52.209-11 -- Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.222-3 -- Convict Labor 52.222-19 -- Child Labor - Cooperation with Authorities and Remedies 52.222-21 -- Prohibition of Segregated Facilities 52.222-26 -- Equal Opportunity 52.222-35 -- Equal Opportunity for Veterans 52.222-36 -- Affirmative Action for Workers with Disabilities 52.222-40 -- Notification of Employee Rights Under the National Labor Relations Act 52.222-50 -- Combating Trafficking in Persons 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 -- Restrictions on Certain Foreign Purchases 52.232-33 -- Payment by Electronic Funds Transfer - System for Award Management 52.232-40 -- Providing Accelerated Payments to Small Business Subcontractors 52.233-3 -- Protest After Award 52.233-4 -- Applicable Law for Breach of Contract Claim The following Defense Federal Acquisition Regulation (DFARS) provisions and clauses apply to this solicitation: 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials 252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights 252.204-7003 - Control of Government Personnel Work Product 252.203-7005 -- Representation Relating to Compensation of Former DoD Officials 252.204-7008 - Compliance with Safeguarding Covered Defense Information Controls 252.204-7011-- Alternative Line Item Structure 252.204-7012 -- Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 -- Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003 - Item Unique Identifications and Valuation 252.213-7000 - Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.225-7001-Buy American and Balance of Payments Program 252.225-7048 - Export-Controlled Items 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 -- Wide Area Workflow Payment Instructions 252.232-7010 -- Levies on Contract Payments 252.244-7000 -- Subcontracts for Commercial Items The full text of the provisions and clauses incorporated here by reference can be found online at http://farsite.hill.af.mil, or by contacting the individual listed on this RFQ. Questions regarding this RFQ must be submitted via email to Sergeant Dakota D. Weaver at dakota.weaver@usmc.mil. To be considered for award, contractors must submit quotations to ensure they reach destination by no later than 8:00 a.m. (Hawaii) on August 30 2019. Quotations received after the due date and time will not be considered for award.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »