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 test program for commercial items found at FAR 13. 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 RFQ N0060425Q4121. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-05 and DFARS Publication Notice 20250117. 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 811310 and the Small Business Standard is $12.5 million. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-3(b)(3)(i). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Small Business Office concurs with the set-aside decision.
The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing:
CLIN 0001 One Group, Base-Year 1st-Semi Annual Breathing Air Compressors (BAC) Maintenance in accordance with (IAW) the performance work statement (PWS). Includes parts, shipping, labor and travel.
CLIN 0002 One Group, Base-Year 2nd-Semi Annual BAC Maintenance IAW the PWS. Includes parts, shipping, labor and travel
CLIN 1001 One Group, Option One 1st-Semi Annual BAC Maintenance IAW the PWS. Includes parts, shipping, labor and travel.
CLIN 1002 One Group, Option One 2nd-Semi Annual BAC Maintenance IAW the PWS. Includes parts, shipping, labor and travel.
CLIN 2001 One Group, Option Two 1st-Semi Annual BAC Maintenance IAW the PWS. Includes parts, shipping, labor and travel.
CLIN 2002 One Group, Option Two 2nd-Semi Annual BAC Maintenance IAW the PWS. Includes parts, shipping, labor and travel.
CLIN 3001 One Group, Option Three 1st-Semi Annual BAC Maintenance IAW the PWS. Includes parts, shipping, labor and travel.
CLIN 3002 One Group, Option Three 2nd-Semi Annual BAC Maintenance IAW the PWS. Includes parts, shipping, labor and travel.
CLIN 4001 One Group, Option Four 1st-Semi Annual BAC Maintenance IAW the PWS. Includes parts, shipping, labor and travel.
CLIN 4002 One Group, Option Four 2nd-Semi Annual BAC Maintenance IAW the PWS. Includes parts, shipping, labor and travel.
Period of performance:
Base: 01 September 2025 – 31 August 2026
Option One: 01 September 2026 – 31 August 2027
Option Two: 01 September 2027 – 31 August 2028
Option Three: 01 September 2028 – 31 August 2029
Option Four: 01 September 2029 – 31 August 2030.
Place of Performance is at the Federal Fire Department premises located on the island of Oahu IAW the PWS.
The requirement will result in a Firm-Fixed Price (FFP) purchase order.
The method of payment will be Wide Area Workflow (WAWF). Payment after Government acceptance.
Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.
The following Attachments are applicable to this request for quote (RFQ).
Attachments:
Attachment 1: Sole Source Justification Redacted
Attachment 2: PWS
Attachment 3: Wage Determination 2015-5689 Revision 26, 08 July 2025
Attachment 4- FAR 52.212-3 (Mar 2025) (DEVIATION 2025-O0004) & 52.204-24 (Nov 2021)
Attachment 5: Applicable FAR and DFARS Clauses
The Offeror shall include a completed copy of Attachment 4, FAR 52.212-3 (Mar 2025) (DEVIATION 2025-O0004), 52.204-24 (Nov 2021) with their quote or provide a statement. Failure to include this attachment OR provide a statement with your quote, may result in your offer being deemed unresponsive. If your annual representations and certifications are current in the System for Award Management (SAM), complete only paragraph (b) (on page 5) by filling out N/A in paragraph b OR provide a statement that your Reps and Certs in SAM are up-to-date.
Instructions for FAR 52.204-24 - Reps Regarding Certain Telecommunications, The Offeror shall not complete the representation at paragraph (d)(1) (on page 18) of this provision if the Offeror has represented that it does not
provide covered telecommunications equipment or services as a part of its offered products or services to the
Government in the performance of any contract, subcontract, or other contractual instrument in paragraph (c)(1)
in the provision at 52.204-26, Covered Telecommunications Equipment or Services— Representation, or in
paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items.
Award will be based on price and determination of responsibility.
Price: Quoter shall submit a price for all CLINs listed in this solicitation. In determining whether a price is fair and reasonable, the Government may use historical data, independent Government estimates in its price analysis, or any other technique permissible by FAR 13.106-3.
Responsibility Determination: To be eligible for award of a purchase order hereunder, the Quoter must be determined by the Contracting Officer to be a responsible prospective Quoter in accordance with FAR 9.1. System for Award Management (SAM).
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), Past Performance Information Retrieval System (PPIRS), Contractor Performance Assessment Reporting System (CPARS) and or the Federal Awardee Performance and Integrity Information System (FAPIIS).
This announcement will close at 9:00am HST on Monday, 25 August 2025. Quotes shall be submitted electronically via email to Elisha Wallace-Enos at elisha.c.wallace-enos.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.
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 Destination, 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 ********