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, 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.
The RFQ number is N0060425Q4112. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-04 and DFARS Publication Notice 20250718. 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 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
Delivery is within 90 days after award. If 90 days cannot be met, then provide best delivery timeframe; partial delivery is acceptable; Delivery Location is 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 SOW_Parts list
Attachment 2 Cummins Part Pricing Sheet
Attachment 3 FAR 52.212-3 CD_ Alt I 52.204-24
Attachment 4 J&A Redacted
The FAR & DFARS provision and clauses that were incorporated under the NAVSUP FLCPH Cummins Engine & OEM Replacement Parts Master BPAs are applicable to this procurement.
In addition, the following FAR and DFARS Clauses are applicable:
52.201-1 Acquisition 360: Voluntary Survey. 2023-09
52.204-13 System for Award Management Maintenance. 2018-10
52.204-16 Commercial and Government Entity Code Reporting. 2020-08
52.204-18 Commercial and Government Entity Code Maintenance. 2020-08
52.204-7 System for Award Management. 2024-11
52.212-1 Instructions to Offerors-Commercial Products and Commercial
Services 2023-09
52.212-4 Contract Terms and Conditions-Commercial Products and
Commercial Services 2023-11
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Products and Commercial Services (MAR 2025) (Deviation 2025-O0003 and 2025-O0004)
252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 2011-09
252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 2022-12
252.203-7005 Representation Relating to Compensation of Former DoD Officials. 2022-09
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation. 2021-05
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services.
2023-01
252.204-7024 Notice on the Use of the Supplier Performance Risk System. 2023-03
252.223-7008 Prohibition of Hexavalent Chromium. 2023-01
252.225-7000 Buy American--Balance of Payments Program Certificate. 2024-02
252.225-7001 Buy American and Balance of Payments Program. 2024-02
252.225-7002 Qualifying Country Sources as Subcontractors. 2022-03
252.225-7055 Representation Regarding Business Operations with the Maduro Regime. 2022-05
252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime. 2023-01
252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation. 2023-06
252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region.
2023-06
252.225-7972 DEV 2024-O0014 Prohibition on the Procurement of Foreign-Made Unmanned
Aircraft Systems. (DEVIATION 2024-O0014) AUG 2024
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 2018-12
252.232-7006 Wide Area WorkFlow Payment Instructions JAN 2023
252.232-7010 Levies on Contract Payments. 2006-12
252.244-7000 Subcontracts for Commercial Products or Commercial Services. 2023-11
252.247-7023 Transportation of Supplies by Sea. 2024-10
Quoters are reminded to include a completed copy of FAR 52.212-3 CD and FAR 52.204-24 (attachment 3) 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 N0060425Q4112 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 Tuesday, 05 August 2025. 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 0800 HST on Friday, 08 August 2025. 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.
Evaluation Criteria: 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.
Price: NAVSUP FLCPH Cummins OEM Replacement Parts BPA shall submit a price for each item listed in this Notice (Attachment 2, Cummins Parts Pricing Sheet). In determining fair and reasonable, the Government may use historical data, independent Government estimates, or any other technique permissible in its price analysis by FAR 13.106-3 and FAR 15.404-1(b).
Delivery Timeframe: Quoters are reminded to include delivery timeframe in submissions in response to this Notice.
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.
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), Supplier Performance Risk System (SPRS), and Contractor Performance Assessment Reporting System (CPARS).
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/.
It is the Quoters responsibility to ensure that there are no discrepancies presented in the information contained in its quote. All submitted quotes will be considered complete and there are no exceptions taken to the SOW/Parts List.
All quotes shall include price(s), FOB point, a point of contact, name and phone number, NAVSUP FLPCH BPA No., 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 ********