Back to tenders & grants page
J--OPTION - Engine Maintenance & Repair
Receive Tenders like this by email

J--OPTION - Engine Maintenance & Repair

J--OPTION - Engine Maintenance & Repair has been closed on 12 Mar 2021. It no longer accepts any bids. For further information, you can contact the DEPT OF DEFENSE.DEPT OF THE NAVY.NAVSUP.NAVSUP GLOBAL LOGISTICS SUPPORT.NAVSUP FLC SAN DIEGO.NAVSUP FLT LOG CTR SAN DIEGO

Bellow, you can find more information about this project: 

Location: United States

General information

Donor:

DEPT OF DEFENSE.DEPT OF THE NAVY.NAVSUP.NAVSUP GLOBAL LOGISTICS SUPPORT.NAVSUP FLC SAN DIEGO.NAVSUP FLT LOG CTR SAN DIEGO

Industry:

Consumer Goods & Services

Status:

Closed

Timeline

Published:

05 Mar 2021

Deadline:

12 Mar 2021

Value:

Not available

Contacts

Name:

Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: [email protected];

Description

https://sam.gov/opp/0799beb59f61436da37c508c3fc81bfb/view?keywords=&sort=-modifiedDate&index=opp&is_active=true&page=1
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is N0024421Q0090 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 with a small business size standard of $7.50M. This requirement is a Small Business Set-Aside and only qualified sellers may submit quotes.

The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on:

2021-03-12 13:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be in the Place of Performance.

The FLC - San Diego requires the following items, Meet or Exceed, to the following:
Base Period of Performance: 04/01/2021 - 09/30/2021
LI 001: MAINTENANCE AND REPAIR OF ENGINES: LABOR AND PARTS REQUIRED FOR E28 WISCONSIN ENGINE REBUILD IN ACCORDANCE WITH PERFORMANCE WORK STATEMENT. LOA: 1711804 52FA 257 00520 056521 2D AOM4FS 24621RC016F1 OFFERORS SHALL FOLLOW INSTRUCTIONS IN ATTACHED SOLICITATION DOCUMENT. FAILURE TO DO SO MAY RESULT IN AN UNACCEPTABLE QUOTATION, WHICH WILL NOT BE CONSIDERED FOR AWARD., 6, EA;
Option 1 Period of Performance: 10/01/2021 - 09/30/2022
LI 001: MAINTENANCE AND REPAIR OF ENGINES: LABOR AND PARTS REQUIRED FOR E28 WISCONSIN ENGINE REBUILD IN ACCORDANCE WITH PERFORMANCE WORK STATEMENT. OFFERORS SHALL FOLLOW INSTRUCTIONS IN ATTACHED SOLICITATION DOCUMENT. FAILURE TO DO SO MAY RESULT IN AN UNACCEPTABLE QUOTATION, WHICH WILL NOT BE CONSIDERED FOR AWARD., 9, EA;
Option 2 Period of Performance: 10/01/2022 - 09/30/2023
LI 001: MAINTENANCE AND REPAIR OF ENGINES: LABOR AND PARTS REQUIRED FOR E28 WISCONSIN ENGINE REBUILD IN ACCORDANCE WITH PERFORMANCE WORK STATEMENT. OFFERORS SHALL FOLLOW INSTRUCTIONS IN ATTACHED SOLICITATION DOCUMENT. FAILURE TO DO SO MAY RESULT IN AN UNACCEPTABLE QUOTATION, WHICH WILL NOT BE CONSIDERED FOR AWARD., 9, EA;
Option 3 Period of Performance: 10/01/2023 - 09/30/2024
LI 001: MAINTENANCE AND REPAIR OF ENGINES: LABOR AND PARTS REQUIRED FOR E28 WISCONSIN ENGINE REBUILD IN ACCORDANCE WITH PERFORMANCE WORK STATEMENT. OFFERORS SHALL FOLLOW INSTRUCTIONS IN ATTACHED SOLICITATION DOCUMENT. FAILURE TO DO SO MAY RESULT IN AN UNACCEPTABLE QUOTATION, WHICH WILL NOT BE CONSIDERED FOR AWARD., 9, EA;
Option 4 Period of Performance: 10/01/2024 - 09/30/2025
LI 001: MAINTENANCE AND REPAIR OF ENGINES: LABOR AND PARTS REQUIRED FOR E28 WISCONSIN ENGINE REBUILD IN ACCORDANCE WITH PERFORMANCE WORK STATEMENT. OFFERORS SHALL FOLLOW INSTRUCTIONS IN ATTACHED SOLICITATION DOCUMENT. FAILURE TO DO SO MAY RESULT IN AN UNACCEPTABLE QUOTATION, WHICH WILL NOT BE CONSIDERED FOR AWARD., 9, EA;

Solicitation and Buy Attachments

***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, FLC - San Diego intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - San Diego is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a quote on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at [email protected]. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or [email protected] of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm

The NAICS code is 811310 and the Small Business Standard is $8M.

FAR 52.247-34, F.o.b. Destination applies

New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

No partial bids are permitted.

Bid MUST be good for 30 calendar days after close of Buy.

The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/

52.204-10 Reporting Subcontract Awards.

Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012)

Prohibition on Contracting with Inverted Domestic Corporations (May 2012)

52.212-2 Evaluation - Commercial Items.

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items.

52.219-28 Post-Award Small Business Program Rerepresentation.

52.222-3 Convict Labor

52.222-19 Child Labor--Cooperation with Authorities and Remedies

52.222-21 Prohibition of Segregated Facilities

52.222-26 Equal Opportunity

52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans

52.222-36 Affirmative Action for Workers w/ Disabilities

52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans.

52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010)

52.225-13 Restrictions on Certain Foreign Purchases.

52.232-18 Availability of Funds

252.211-7003 Item Identification & Valuation (AUG 2008)

252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011)

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.

252.247-7023 Transportation of Supplies by Sea (MAY 2002)

252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023.

252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation.

Fleet Fast Pay

Requirements Relating to Compensation of Former DOD Officials (Sep 2011)

Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation)

Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation)

Control of Government Personnel Work Product (April 1992)

Safeguarding of Unclassified Controlled Technical Information

Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012)

Buy American Act & Balance of Payments (Oct 2011)

Sellers understand that the Marketplace ranks all Bids by price; however, sellers will be evaluated by the Buyer in accordance with the basis established in the attached solicitation and pursuant to applicable acquisition regulations and/or departmental guidelines. The award decision is the sole discretion of the Buyer.

This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov.

Safety Issue

Contract Terms and Conditions -- Commercial Items (DEC 2014)

Notification of Visa Denial (APR 2015)

Disputes (MAY 2014)

F.O.B. Destination (NOV 1991)

System for Award Management Alternate A (FEB 2014)

Prohibition of Hexavalent Chromium (JUN 2013)

Qualifying Country Sources As Subcontractors (DEC 2012)

Levies on Contract Payments (DEC 2006)

Pricing of Contract Modifications (DEC 1991)

COR Requirement

Personal Identity Verification of Contractor Personnel (JAN 2011)

Authorized Deviations in Clauses (APR 1984)

Wide Area Workflow Payment Instructions (MAY 2013)

Option to Extend Services.

Option to Extend the Term of the Contract.

Notice of Total Small Business Set-Aside.

System for Award Management (JUL 2013)

Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications.

Applicable Law for Breach of Contract Claim (OCT 2004)

Instructions to Quoters—Commercial Items

The Government shall pay the Contractor, upon the submission of proper invoices or vouchers, the prices stipulated in this contract for supplies delivered and accepted or services rendered and accepted, less any deductions provided in this contract. Unless otherwise specified in this contract, payment shall be made on partial deliveries accepted by the Government if -- (a) The amount due on the deliveries warrants it; or (b) The Contractor requests it and the amount due on the deliveries is at least $1,000 or 50 percent of the total contract price.

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more