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 FAR 13.5, 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 N0060425Q4063. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-07 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 $12.5M.
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 13.501(a)(1)(ii). Interested persons may
identify their interest and capability to respond to the requirement or submit quotations. This notice of intent is
not a request for competitive quotations. However, all 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 this acquisition strategy
NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Office requests responses from qualified sources capable of providing inspection, maintenance and training of Dynapower X-Loop and Z-Loop Rectifiers at the Magnetic Silencing Facility (MSF) in support of Joint Base Pearl Harbor Hickam IAW the Performance Work Statement (PWS), Attachment 1.
CLIN 0001 – Inspection, Maintenance, and Training for Rectifiers
The Period of performance: All inspection, maintenance, and training services shall be completed no later than 10 weeks after award.
Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.
Attachment List:
Attachment 1 Performance Work Statement
Attachment 2 Redacted Sole Source Justification
Attachment 3 52.212-3 CD_52.204-24
Attachment 4 WD 2015-5689 Rev 24
The following FAR provision and clauses are applicable to this procurement:
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan-17)
52.204-7 System for Award Management (Oct 2018)
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun-20)
52.204-13 System for Award Management Maintenance (Oct-18)
52.204-16 Commercial and Government Entity Code Reporting (Aug-20)
52.204-18 Commercial and Government Entity Code Maintenance (Aug-20)
52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Nov-21)
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov-21)
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov-21)
52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov-21)
52.204-26 Covered Telecommunications Equipment or Services--Representation (Oct-20)
52.204-7 System for Award Management (Oct-18)
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov-15)
52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov-21)
52.212-1 Instructions to Offerors—Commercial Products and Commercial Services (Nov-21)
52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services--Alternate I (Oct-14)
52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services (Dec 2022)
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services Alternate II (DEVIATION 2025-O0003)
52.219-28 Post-Award Small Business Program Representation (Oct-22)
52.222-3 Convict Labor (Jun-03)
52.222-36 Equal Opportunity for Workers with Disabilities (Jun-20)
52.222-41 Service Contract Labor Standards (Aug 2018)
52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014)
52.222-50 Combating Trafficking in Persons (Nov-21)
52.223-6 Drug-Free Workplace (May-01)
52.225-13 Restrictions on Certain Foreign Purchases (Feb-21)
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024)
52.232-33 Payment by Electronic Funds Transfer - System for Award Management (Oct 2018)
52.232-39 Unenforceability of Unauthorized Obligations (Jun-13)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov-21)
52.233-3 Protest after Award (Aug-96)
52.233-4 Applicable Law for Breach of Contract Claim (Oct-04)
52.245-9 Use and Charges (Apr-12)
All clauses shall be incorporated by reference in the resulting contract award. Additional contract terms and conditions applicable to this procurement are:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep-11)
252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Dec-22)
252.203-7005 Representation Relating to Compensation of Former DoD Officials (Sep-22)
252.204-7003 Control of Government Personnel Work Product (Apr-92)
252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Jan-23)
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (Jan-23)
252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation (Dec-19)
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation (May-21)
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan-23)
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (Mar 22)
252.223-7008 Prohibition of Hexavalent Chromium (Jan 23)
252.225-7001 Buy American and Balance of Payments Program Basic (Jan23)
252.225-7012 Preference for Certain Domestic Commodities (Apr-22)
252.225-7048 Export-Controlled Items (Jun-13)
252.225-7055 Representation Regarding Business Operations with the Maduro Regime (May-22)
252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (Jan-23)
252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Regions (Jun 23)
252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (DEVIATION 2020-O0015) (May-20)
252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation (DEVIATION 2020-O0015) (May-20)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec-18)
252.232-7006 Wide Area WorkFlow Payment Instructions (Jan-23)
252.232-7010 Levies on Contract Payments (Dec-06)
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Jan-23)
252.244-7000 Subcontracts for Commercial Items (Jan-23)
252.246-7003 Notification of Potential Safety Issues (Jan-23)
252.246-7008 Sources of Electronic Parts (Jan-23)
252.247-7023 Transportation of Supplies by Sea—Basic (Jan-23)
Quoters are reminded to include a completed copy of 52.212-3 CD and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:
252.203-7000 Requirements Relating To Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.203-7005 Representation Relating To Compensation of Former DoD Officials
252.204-7003 Control of Government Personnel Work Product
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.204-7015 Disclosure of Information To Litigation Support Contractors
252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or
Services—Representation
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or
Services
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements.
252.204-7020 NIST SP 800-171 DoD Assessment Requirements.
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7048 Export-Controlled Items
252.225-7055 Representation Regarding Business Operations with the Maduro Regime
252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime
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
252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and
Consideration
252.244-7000 Subcontracts For Commercial Items
252.247-7023 Transportation of Supplies by Sea—Basic
52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
https://www.acquisition.gov/browse/index/far
https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html
(End of provision)
52.252-2 Clauses Incorporated By Reference (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
https://www.acquisition.gov/browse/index/far
https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html
(End of clause)
52.252-5 Authorized Deviations in Provisions (Nov 2020)
(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision.
(b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
(End of clause)
52.252-6 Authorized Deviations in Clauses (Nov 2020)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.
(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
(End of clause)
This announcement will close at 0900 HST on Monday, 02 June 2025. Contact Kesha Kishinami who can be reached by email 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.
A complete quote in response to this Combined Synopsis/Solicitation must include a completed Attachment 3 - 52.212-3 CD Offeror Representations and Certifications-Commercial Products and Commercial Services and 52.204-20 Representation Regarding Certain Telecommunications & Video Surveillance Services or Equipment (only if the offeror’s Reps & Certs are not current in SAM).
Evaluation Criteria:
While price will be a significant factor in the evaluation of offers, the final contract award will be based on a
combination of price, delivery time, and a determination of responsibility.
Price: Quoters shall submit a price for services in accordance with Attachment 1-Performance Work Statement. 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 and FAR 15.404-1(b).
Technical: The Quoters technical acceptability will be evaluated against the requirements in the Performance
Work Statement. The submittal of a quote will mean that the Quoter does not take any exceptions to the
Performance Work Statement requirements.
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: 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).
Issuance of a Firm-Fixed Price Purchase Order. The Government intends to evaluate quotations and issue a firm-fixed price purchase order based upon initial quotations received. Therefore, the Quoters initial quotation should contain the Quoters best terms from a price and technical standpoint. However, the Government reserves the right to request revised quotations from or negotiate final purchase order terms with Quoters if it is later determined by the Contracting Officer to be necessary. However, the Contracting Officer will not establish a competitive range, conduct discussions, or otherwise utilize the formal source selection procedures described at FAR Part 15. The Government may reject any or all quotations if such action is in the public interest; issue a purchase order to other than the Quoter with the lowest price; and waive informalities and minor irregularities in quotations received. It is the Quoters responsibility to ensure that there are no discrepancies presented within the information contained in its quote. Potential quoters are hereby notified that in the event there are discrepancies within information in a quote received by the Government, or in comparison to Government information provided in the solicitation, the Government reserves the right to apply its judgment to resolve such discrepancies during the evaluation of the quotes without conducting discussions.
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, 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.
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 ********