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 13.5, 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 SAM.gov.
REQUEST FOR QUOTE: The RFQ number is N0060425Q4119. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-05 and DFARS Publication Notice 20250825. 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 addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 811210 and the Small Business Standard is 34 million dollars.
The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Office requests responses from qualified sources capable of providing services to replace and install Eaton UPS Batteries and Powerware in accordance with Attachment 1 – Statement of Work:
CLIN 0001 – Replacement and Installation Services of Eaton UPS Batteries and Powerware
The proposed contract action is for the replacement and installation services of Eaton brand name products. The requirements for the replacement and installation services of the Eaton products and the product model numbers are reflected in Attachment 1 – Statement of Work. In accordance with FAR 5.102(a)(6), the required justification or documentation is attached. The proposed contract is 100% set aside for small business concerns and the Small Business Office concurs with the set-aside decision. The intended outcome of this RFQ is the issuance of a single-award, firm-fixed price contract.
Period of Performance (POP): Ninety (90) days from the award of the contract.
FOB Destination shipping of the requested items to perform the replacement and installation shall be delivered to:
NRTF LLL Building 1
66 Marconi Street
Waianae, Hawaii 96792
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: Statement of Work
Attachment 2: J&A
Attachment 3: Applicable FAR & DFARs Provisions and Clauses
Attachment 4: FAR Clauses 52.212-3 & 52.204-24
QUESTIONS: Questions regarding the solicitation: Questions shall be submitted electronically to beverly.a.suzuki.civ@us.navy.mil. Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ # N0060425Q4119 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 8 September 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.
SOLICITATION CLOSE: This announcement will close at 12:00 PM (Hawaii Standard Time) on 11 September 2025. Quotes shall be submitted electronically via email to beverly.a.suzuki.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 shall include a completed Attachment 4 – 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services (MAR 2025)(DEVIATION 2025-O0003 & 2025-O0004) & 52.204-24 Representation Regarding Certain Telecommunications & Video Surveillance Services or Equipment (Nov 2021) (if Reps & Certs are not current in SAM).
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 price of a technically acceptable quote and a determination of responsibility.
Price: It is the Quoter’s responsibility to ensure that there are no discrepancies presented within the information contained in its quote. The Government intends to evaluate quotations and issue a contract based upon initial quotations received. Therefore, the Quoter’s initial quotation should contain the Quoter’s best terms from a price and technical standpoint.
Technical Acceptability: The submission of a quote shall mean that the Quoter does not take any exceptions to the requirements outlined in the Statement of Work, including complying with the stipulations in the WORKMANSHIP section. Quotes will be evaluated against the requirements in the Statement of Work.
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, Contractor Performance Assessment Reporting System (CPARS) and/or Supplier Performance Risk System (SPRS).
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.
******* End of Combined Synopsis/Solicitation ********