This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures 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 N0060425Q4075. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-03 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 334513 and the Small Business Standard is 750 Employees. This is an Other Than Full and Open Competition requirement.
The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source (AYALYTICAL INSTRUMENTS, INC) 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 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 NAVSUP Fleet Logistics Center, Pearl Harbor, Regional Contracting Office requests response from AYALYTICAL INSTRUMENTS, INC to providing preventative maintenance, calibration, installation and certification service NAVSUP Fuel Department’s Ayalytical Data Testing equipment.
CLIN – 0001
DESCRIPTION: Preventative maintenance, calibration, installation and certification service
QTY: 1
UNIT: Group
TOTAL PRICE: $$$$$$$
Period of Performance: 12 Months After Date of Contract (ADC).
Place of Performance: 300 Neches Avenue, FLCPH Fuels Department Laboratory, Joint Base Pearl Harbor Hickam, Oahu, Hawaii 96860.
This requirement will result in a Firm-Fixed Price (FFP) purchase order; the method of payment will be Wide Area Work Flow (WAWF).
Basis For Award:
Government intends to achieve the Best Value.
Evaluation:
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, a determination of responsibility, and technically acceptable low quote. In order to be technically acceptable the contractor must provide a statement in the email response or quote declaring that they take no exception to the attached PWS (Attachment 1- PWS).
Or by providing a quote, Quoter acknowledges they take no exceptions to the PWS (Attachment 1- PWS), solicitation, or any instruction contained therein.
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 online at http://www.sam.gov/
Attachments:
Attachment 1 – PWS (review this document for details)
Attachment 2 – FAR 52.204-24 (complete & return)
Attachment 3 – Clauses & Provisions
Submission Requirements:
Quotes shall include a detailed breakdown of the quoted prices. Additionally, quotes shall include a completed copy of FAR 52.212-3 (MAR 2025) [located within the Clauses & Provisions] and FAR 52.204-24. FAR 52.204-24 (Complete the highlighted section in paragraph (d)) ; FAR 52.212-3 and Alt I (If your annual representations are certifications are current in the System for Award Management (SAM), complete only section (b)(2) (on page 8 of 33 – Attachment 3) by filling out "N/A" in paragraph (b).)
Quoters are advised that delays can be experienced with the Government's 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.
This announcement will close at 12:00 PM HST on Monday - June 23, 2025. Contact Sherwin Deguzman who can be reached at (808) 473-7508 or email Sherwin.p.deguzman.civ@us.navy.mil . All responsible sources may submit a quote which shall be considered by the agency.
Question(s) regarding this announcement shall be submitted no later than 10:00 AM HST on Monday – June 16, 2025.