This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with FAR Part 13 additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
Request for Quotation (RFQ) N5523625Q0054 is issued as a Sole Source requirement. The subject solicitation is being processed using FAR Part 12 and 13. The Government intends to solicit and contract with only one source, Hyspan Precision Products, Inc., for the parts listed on the Product Description under the authority of FAR 13.106-1(b)(1)(i) on a sole source basis. Interested parties may identify their interest and capability to respond to the requirement and submit quotes. This notice of intent is not a request for competitive quotes. 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. The applicable North American Industry Classification System (NAICS) code is 332312 – Fabricated Structural Metal Manufacturing.
This solicitation documents and incorporates provisions and clauses that are those in effect through Federal Acquisition Circular 2025-03 (Effective 03 January 2025) and DFARS Publication Notice 20250117.
DESCRIPTION: Southwest Regional Maintenance Center (SWRMC) requires procurement and delivery of long lead time material (LLTM) in support of SWRMC at Naval Base San Diego as follows: Quote shall provide LLTM Delivery Date.
SEE PRODUCT DESCRIPTION
The full text of FAR and DFAR references, provisions and clauses may be accessed at https://acquisition.gov.
A. 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services SEP 2023. Offerors must comply with all instructions contained herein.
(1) Offerors may submit written questions during the quote preparation period. All questions must be received no later than 25 June 2025, 11:00 AM (Pacific) to allow adequate time to prepare and issue responses to all offerors prior to the date and time set for receipt of quotes. Only written questions will receive a response. All questions and quotes shall be directed to:
Southwest Regional Maintenance Center (SWRMC) – C410A Procurement
Email: Cite the solicitation number in the subject line - N5523625Q0054
Email Addresses: Valerie.p.manguiob.civ@us.navy.mil and ricardo.barraza-cobos.civ@us.navy.mil
B. 52.212-2 Evaluation Commercial Items, Evaluation – Commercial Products and Commercial Services NOV 2021.
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Evaluation Factors – The evaluation factors that will be used are:
- Technical Acceptability – Ability to meet the required delivery date and the salient characteristics of the Product Description
- Price – Low price technically Acceptable (LPTA)
- Past Performance – Based on the Supplier Performance Risk System
Price: The Government will evaluate the proposed price for reasonableness in accordance with FAR 13.106-3 (a)(1).
Past Performance: The Government will consider the recency and relevancy of past performance information compared to the requirements detailed in the Statement of Work, the source of the information, the context of the data and general trends in the offeror's performance and any associated risk. The Government will also consider the extent of the offeror's ability to perform previous contracts successfully. In accordance with DFARS provision 252.204-7024, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations is hereby incorporated by reference.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of provision)
C. 52.212-3 Offeror Representations and Certifications – Commercial Products and Commercial Services (MAR 2025) (DEVIATION 2025-O0004). The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov/SAM/ (only complete and return if there are changes to current SAM Registration. If 52.212-3 is not returned, the contractor is affirming that the current SAM registration is current, accurate, and complete). If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v) of this provision. The provision of FAR 52.212-3 must be submitted by the Offeror to be eligible for award.
D. 52.212-4 Contract Terms and Conditions -- Commercial Products and Commercial Services NOV 2023
Standard Commercial Warranties apply.
APPLICABLE PROVISIONS AND CLAUSES:
The FAR requires the use of the System for Award Management (SAM) in Federal solicitations as a part of the offer submission process to satisfy FAR 52.212-4. More information on SAM is found at https://www.sam.gov/portal/public/SAM/.
PACKAGING REQUIREMENTS: Unless otherwise stated in Section D clauses, packaging and preservation shall be performed in accordance with the best commercial practices to afford maximum protection against damage.
DELIVERY INSTRUCTIONS: Item shall be priced for F.O.B. Destination. Inspection and acceptance shall be at destination by the Government.
SPECIAL CONTRACT REQUIREMENTS:
Please submit your quote via e-mail to Valerie Manguiob, Valerie.p.manguiob.civ@us.navy.mil and Ricardo Barraza-Cobos, ricardo.barraza-cobos.civ@us.navy.mil
QUOTES must be received by the destination inbox no later than *01 July 2025, 11:00 AM (Pacific)* or they will not be considered for award.