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.
The RFQ number is N0060425Q4125. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-05 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 336611 and the Small Business Standard is 1300 Employees. This is a 100% Small Business set-aside requirement.
The NAVSUP Fleet Logistics Center, Pearl Harbor, Regional Contracting Office is seeking quotes from qualified vendors for the supply of BI-Rotor meter and Totalizers that are manufactured by Brodie Systems, Inc which are installed in Fuel Department’s YON-328. The proposed contract action is for a Brand Name Only. The brand name and model number of the product(s) are listed within the CLINs. In accordance with FAR 5.102(a)(6), the required justification or documentation is attached in this RFQ.
CLIN – 0001 Birotor Plus Positive Displacement Flow Meter (B321CBCAACAAB1B 03)
Description: 10.0" 150# ANSI, 2 PO, PREAMP, VITON-F, CERAMIC BRG, STD FLOW RANGE, HAZARDOUS AREA APPROVAL US, NO W&M, MTR. BI rotor Plus Positive Displacement Flow Meter, 10.0" size, ANSI 150# flanged connections, pre-amplifier, Viton-F seals, ceramic bearings, standard flow range, US hazardous area approval, without Weights & Measures certification, with Meter Test Report (MTR).
QTY: Three (3) Each
CLIN – 0002 Material Certificate of Conformance (DOC-QA-10B)
Description: Material Certificate of Conformance (CoC) with Material Test Reports (MTRs) to EN10204 3.1 standard, providing verification of materials used in manufacturing and compliance with specified material standards.
QTY: Three (3) Each
CLIN – 0003 Flow Rate Indicator/Totalizer (ER100-P-B Rev 01)
Description: ER100-P-B Flow Rate Indicator/Totalizer, Revision 01, with printer driver or Modbus communication, includes battery for operation.
QTY: Three (3) Each
CLIN – 0004 Kit (CS-558Z-002-AAA KIT)
Description: CS-558Z-002-AAA Kit, includes mounting hardware, elbow, and accessories for BERT-E/Fluidwell system installation.
QTY: Three (3) Each
CLIN – 0005 Shipping
DESCRIPTION: SHIPPING – FOB DESTINATION
QTY: One (1) Each
Delivery Method: FOB Destination = BLDG 1757 NEOSHO AVE, Pearl Harbor Hawaii, 96860
Delivery / Completion Date: 60 days or sooner After Date of Contract (ADC).
This requirement will result in a Firm-Fixed Price (FFP) purchase order; the method of payment will be Wide Area Workflow (WAWF).
Basis For Award:
Award will be made to the Lowest Priced Technically Acceptable (LPTA) quote.
Technical Acceptability:
In order to be technically acceptable, the contractor must provide all items in compliance to the requested Brand Name and Model Number items on all CLINs. Technical Acceptability will be rated on an ACCEPTABLE or UNACCETABLE basis using the ratings listed below:
Technical Acceptable/Unacceptable Ratings:
Acceptable – Offer clearly meets the minimum technical requirements of the solicitation.
UnAcceptable – Offer does not clearly meet the minimum technical requirements of the solicitation.
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/
Submission Requirements:
FAR 52.212-3 instructions:* This form (which can be found in Attachment-1) contains the information that is in your SAM registration, please scroll to page 17 section (2). - (If your annual representations are certifications are current in the System for Award Management (SAM), complete only section (b) (on page 17) by filling out "N/A" in paragraph (b).)
Quoters that do not submit all required forms may be considered nonresponsive.
Refurbished and remanufactured items are NOT acceptable. All items must be covered by a Manufacturer’s warranty.
By providing a quote, Quoter acknowledges they take no exceptions to the solicitation, or any instruction contained therein.
The contracting officer will rank quoters from lowest to highest price, review the technical quote of the three lowest priced quoters, and, if the lowest priced quoters is technically acceptable, make the award without further evaluating the technical quotes of the other quoters.
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 solicitation includes applicable FAR (Federal Acquisition Regulation) and DFARS (Defense Federal Acquisition Regulation Supplement) clauses as required by law. However, the resulting contract or order will incorporate only the most recent and updated versions of these clauses, including any new clauses introduced after the issuance of this solicitation. The contractor is responsible for complying with the version of each clause that is incorporated into the resulting contract or order, and the government will ensure that the most up-to-date and relevant clauses are applied.
List of Attachments:
Attachment_1 – Applicable Clauses & Provisions
Attachment_2 – FAR 52.204-24 (Complete & Return)
Attachment_3 – Brand Name Justification - redacted
Question(s) regarding this announcement shall be submitted no later than 12:00 PM HST on Tuesday – September 02, 2025.
This announcement will close at 4:00 PM HST on Tuesday – September 09, 2025. Contact Sherwin Deguzman who can be reached at (808) 602-3693 or email Sherwin.p.deguzman.civ@us.navy.mil . All responsible sources may submit a quote which shall be considered by the agency.
******* End of Combined Synopsis/Solicitation ********