This is a combined synopsis/solicitation for BRAND NAME commercial items prepared in accordance with the format in 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.
Brand name Must Be Power FLO. Only Authorized Power FLO resellers
Solicitation Number N62789-25-Q-0016 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC-2025-3 dated 17 January 2025.
This is a 100% Small Business set aside solicitation. NAICS Code: 333996, size standard: 1250.
CLIN 0001: Eight (8) Power FLO Submersible pump model PF50134 with 5 HP 460v. 3ph 3in connection with 50-foot cable and NEMA 3R control.
CLIN 0002: Eight (8) Power FLO Motor Control Box model PFV 500834, Raintight 5 HP-460v 3ph, 2.5 HP 230v 3ph.
CLIN 0003: Contractor shall provide all pertinent drawings, technical manuals, data sheets and certifications for equipment provided
CLIN 0004: Contractor shall Deliver/Ship to (FOB Destination). Delivery must be accomplished between Monday - Friday between 0700 and 1330 EST.
Pricing should be indicated as follows:
CLIN0001 Quantity X Price = Total line cost
CLIN0002 Quantity X Price = Total line cost
CLIN0003 Price = Total line cost
CLIN0004 Shipping = Total line cost
CLIN1 + CLIN2 + CLIN3 + CLIN4 = Contract total
The Government will evaluate the total offers for award purposes by adding the total price for all line items. Evaluation of all line items will not obligate the Government to award all line items. The Government intends to evaluate proposals and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. All line items must be NAME BRAND manufactured Power FLO
Proposals are due prior to 5:00PM EST, 12 JUNE 2025. Late submissions will not be accepted.
Offers should be submitted via electronic commerce. The electronic address for receipt of offers is:
Stephanie.m.brass.civ@us.navy.mil
AND
stephanie.l.neale.civ@us.navy.mil.
Offerors should identify the RFQ number in the Subject Line of the email. Offerors are advised to submit electronic documents early and confirm successful transmission/receipt.
The System for Award Management (SAM) is a government-maintained database of companies wanting to do business with the Government. A firm must register and be active in SAM to receive a federal award. Register at: https://sam.gov/SAM/pages/public/index.jsf.
Offerors must provide a description of their property management system per FAR 45.201(c)(4) or confirmation of a property management system that has been reviewed and approved per DFARS 242.302 and meets the requirements of FAR 52.245-1(f).
The Government reserves the right to award one line, all line items or any combination thereof. If multiple line items are awarded, costs/prices for each line item will be totaled and award amount will be based on that total.
Award will be made to the responsible offeror whose offer, conforming to the solicitation, is determined to be the best overall value, price and delivery factors considered. In determining the best overall response, the combined cost/price factors are more important than the non-cost/price factor; however, delivery date is a significant factor. The Government may select for award the offeror whose price is not necessarily the lowest, but whose technical quote is more advantageous to the Government and warrants the additional cost. Offerors must satisfy the requirements described in the performance criteria, as well as other RFQ requirements. Offers that take exception to any performance criteria are unacceptable.