This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the information in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with addition information included in this notice. The assciated North American Industrial Classification System (NAICS) code for this procurement is 441227 with a small business size standard of $40M.
This requirement is a Small Business Set-Aside and only qualified sellers may submit bids. The solicitation pricing on GSA eBuy will start on the date this combined synopsis/solicitation is posted, and, unless otherwise displayed on GSA will end 7/9/2025 5pm CST.
FOB Destination shall be Singing River Island USS Barry Lane BLDG. 88 Pascagoula, MS 39567.
The SUPSHIP Gulf Coast End User requires the following items, Brand Name or Equal, to the following;
LI 001: BRAND NAME OR EQUAL TO 2025 EZGO Express 4 Gasoline; Factory Installed- body color, standard trim (Black seat, black top, folding windshield); Standard Accessories- Large Fender Flares, LED Headlights, Taillights and Brake Lights, USB Port, Rearview Mirror, Hour Meter, Fuel Gage, RFS Pro, Silver Dash, Lighted Cup Holders, Key Switch, Glove Box- QTY 4
LI 002: BRAND NAME OR EQUAL TO 2025 Cushman Shuttle 6 EFI Gasoline; Factory Installed- Standard Body Color Patriot Blue,Load Star K399-18 X 8.50-8, Taillights and Brakelights, Convex Rear View Mirror, Split Windshield, Sun Canopy Top, 116", Standard Accessories- Headlights, Brushguard, Horn, Fuel Gage. QTY 1.
The offer must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certification; FAR 52.211-6, Brand Name or Equal.
The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 53.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer—System for Award Management; 52.233-4, Applicable Law for Breach of Contract Claim. The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7001, Buy American Act and Balance of Payments Program; 252.225-7036, Buy American Act—Free Trade Agreements – Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation by Sea.
IAW 52.204-7 System for Award Management (SAM) Registration (DATE), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 – System for Award Management Maintenance.
Shipping is FOB Destination CONUS (Continental U.S.).
New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.
Submitted Quotes will be valid for 30 days after closing.
This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).
IAW FAR 52.252-2 Clauses Incorporated by Reference, for the extended description here is the website: https://www.acquisition.gov/