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 SAM.gov.
The RFQ number is N0060425Q4108. 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. The Small Business Office concurs with the set-aside decision.
NAVSUP Fleet Logistics Center Pearl Harbor (FLCPH) Regional Contracting Office requests responses only from NAVSUP FLCPH Yamaha Engine and OEM Replacement Parts BPA Holders that are capable of providing Brand Name Only Yamaha Engine and OEM Replacement Parts in accordance with Attachment 1-Statement of Work and Attachment 2- Yamaha Parts Pricing List. Quotes received from non-NAVSUP FLCPH Yamaha Engine and OEM Replacement Parts BPA will NOT be considered.
Description: Yamaha OEM Replacement Parts
CLIN 0001- QTY:1, U/I: GRP; Description: Oil Spill Response Boats; FOB Destination Shipping Included
CLIN 0002- QTY 1, U/I: GRP, Description: Harbor Security Boats; FOB Destination Shipping Included
Delivery:
Delivery is within 90 days after award. Partial delivery is acceptable. If 90 days cannot be met, please provide best delivery timeframe.
Delivery Location: Arizona Detachment 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: Statement of Work/Parts List
Attachment 2: Yamaha Parts Pricing List
Attachment 3: FAR 52.212-3 CD & 52.204-4
Attachment 4: J&A Redacted
ALL FAR and DFARS provisions and clauses that were incorporated under Solicitation N0060422Q4006 and incorporated in the NAVSUP FLCPH Yamaha Engines and OEM Replacement Parts Master BPAs (N0060422A4000, N0060422A4001 and N0060422A4002) are applicable to this solicitation.
In addition, the following FAR and DFARS Clauses are applicable:
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)
252.225-7972 DEV 2024-O0014 Prohibition on the Procurement of Foreign-Made Unmanned
Aircraft Systems. (DEVIATION 2024-O0014) AUG 2024
252.232-7006 Wide Area WorkFlow Payment Instructions JAN 2023
252.247-7023 Transportation of Supplies by Sea-Basic OCT 2024
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 N0060425Q4108 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 0800 HST (Hawaii Standard Time) on Thursday, 31 JUL 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 Thursday, 07 AUG 2025. Contact Kesha Kishinami, who can be reached 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 may 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 Yamaha Engines and OEM Replacement Parts BPA Holders shall submit a price for each item listed in this Notice. 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 that there are no exceptions taken to the SOW.
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 ********