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 N0060425Q4129. 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 811310 and the Small Business Standard is $12.5M. 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 to provide Preventive Maintenance and Repair of Material Handling Equipment (MHE) [Forklifts] used to sustain movement and storage of material and equipment for NCG1 and subordinate units.
CLIN – 0001
DESCRIPTION: Preventive Maintenance and Repair of Material Handling Equipment (MHE) [Forklifts]
***Please show breakdown of your total price using PM Labor and Other Repair & Parts = GRAND TOTAL for 12 months.
QTY: 4
UNIT: Quarter (every 3 months)
TOTAL PRICE: $____________ USD
Period of Performance: 12 Months After Date of Contract (ADC).
Place of Performance: 1991 Pacific Road, Bldg 375, Port Hueneme, CA 93043
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 Minimum Specification 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-3) contains the information that is in your SAM registration, please scroll to page 22 section (2). - (If your annual representations are certifications are current in the System for Award Management (SAM), complete only section (b) (on page 22) 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 Government will rank the quotes from lowest to highest price. The technical evaluation will be conducted on the three lowest priced quotes. If any of these three quotes are deemed technically unacceptable, the Government will proceed to evaluate the next lowest priced quote, continuing this process until technically acceptable quotes are identified and 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 – PWS (review this document for details)
Attachment 2 – FAR 52.204-24 (complete & return)
Attachment 3 – Clauses & Provisions
Question(s) regarding this announcement shall be submitted no later than 12:00 PM HST on Wednesday – September 10, 2025.
This announcement will close at 12:00 PM HST on Friday – September 12, 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 ********