AMENDED RFQ
This is a combined synopsis/solicitation for commercial products and commercial services
prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart
12.6, as supplemented with additional information included in this notice. This
announcement constitutes only solicitation; quotes are being requested, and a separate
written solicitation will not be issued. This enclosure is an addendum to FAR provision
52.212-1, Instructions to Offerors – Commercial Products and Commercial Services,
which applies to this acquisition.
Competitive quotes are being requested under Request for Quote (RFQ) Number N66001-
25-Q-6213. The North American Industry Classification System (NAICS) code applicable
to this acquisition is 238990 NAICS Code, NAICS "Building & Property Specialty trade
services". and the small business size standard is $19 (millions of dollars). This
procurement is a 100% Small business Set-Aside. Only quotes submitted by Small
Business Concerns will be accepted by the Government. Any quote that is submitted by a
non-Small Business Concern will not be considered for the award.
DESCRIPTION OF REQUIREMENTS
The Government is seeking to acquire Installation of 6-foot Chain Link Fence for BLDG
OT-2 San Diego NAVWAR. To be considered acceptable and eligible for the award, quotes
must provide all the items and quantities listed below. The Government will not consider
quotes or offers for partial items or quantities. Anticipated contract line items are as
follows:
Item No. Extended DescriptionQuantityUnit of IssuePriceTotal Price
CLIN 0001The installation of a 6' Feet tall chain link fence and gates in OT-2 3rd deck.
The following items are excluded from the scope of work whether omitted or implied:
core drilling, mow curb, clearing, grading, staking, demolition, temporary fence, panic
hardware, grounding, bonds and permits.
Scope of Work:
Labor to install approximately 248'of 6'tall chain link fence with 3) 6'wide'x6'tall swinging
gates. Chain link fence height will be 6' tall and will have top rail and bottom tension
wire. Fence posts will have 6"x 6" sq. plates welded to them, which will be attached to
existing plywood flooring using lag bolts and washers. Fence fabric will be stretched and
attached to fence posts using fence ties. Tension wire will be attached to fence fabric
using hog rings.
01LOT
The expected delivery date is 12 Months ARO. The Government is seeking Free on Board
(FOB) Destination pricing to the following shipping address: 4297 Pacific Highway, San
Diego California 92110 BLDG OT-2
OFFEROR INSTRUCTIONS
See Extended Description for Scope of Work.
The Government intends to award a Firm Fixed Price (FFP) contract resulting from this
solicitation to the responsible offeror whose quotation conforming to the solicitation is
most advantageous to the Government as defined in the "EVALUATION FACTORS FOR
AWARD" Section below. A complete quote is necessary to be adequately considered for
the award. Respond to each item listed below, if the response is "None" or "Not
applicable," explicitly state and explain. The Government may consider quotes that fail to
address or follow all instructions to be non-responsive and ineligible for contract award. A
complete quote includes a response and submission to each of the following:
..
1.General Information: Offeror Business Name, Address, CAGE and Unique Entity ID
(ensure Representation and Certifications are up to date in SAM.gov), Business Size and
Type of Small Business based on applicable NAICS Code as provided above, Federal Tax
ID, Primary Point of Contract (to include telephone and e-mail address) and provide a
GSA contract number if some or all items proposed are on the GSA schedule. FAR
provision 52.212-3, Alternate I, Offeror Representations and Certifications – Commercial
Products and Commercial Services, applies to this acquisition. Offerors must include a
completed copy of this provision with offer.
2.Technical Documentation:
a.Technical Approach or Specifications: The items (including part number) along with
the salient physical, functional, and performance characteristics that a product must
meet are specified in the item descriptions given in the table above. Offerors shall
provide a quote (no page limit) that identifies the Brand Name items. Additionally,
offerors shall specify delivery timeframes in their quote that meet or exceed the required
delivery timeframe specified above. The offer must address and meet the
requirements/specifications as defined under Technical Acceptability in Factor I below.
b.Sustainable Acquisitions Information and Certification: The contractor shall comply
with all sustainable acquisition policies to minimize the Government's environmental
impact and deliver community benefits through better selection and improved usage of
products and services. In accordance FAR Part 23, sustainable acquisition policies apply
to both contracts for products and services that require the delivery, use, or furnishing of
products/services to the Government. Indicate if any the following sustainable acquisition
categories apply to any products or services proposed: Energy Efficient, Water Efficient,
Recycled, Bio-Based, Environmentally Preferable, Non-ozone depleting substances, Less
Toxic and/or Less GHGs.
c.Authorized Source Confirmation: To be considered for award, the Government may
request the offeror/contractor to submit documentation confirming that they are an
authorized source. An "Authorized Source" is defined as the original manufacturer, a
source with the express written authority of the original manufacturer or current design
activity, or an authorized aftermarket manufacturer. Vendors must be an authorized
source to be responsive.
The following product certification statement below applies to line items 0001 and each
offeror must submit supporting documentation, as needed:
To be considered for the award, the offeror/contractor is required to submit
documentation
confirming that they are an authorized source. An "Authorized Source" is defined as the
original manufacturer, a source with the express written authority of the original
manufacturer or current design activity, or an authorized aftermarket manufacturer.
d.
The following product certification statement below applies to line items 0001 and each
offeror must submit supporting documentation, as needed:
To be considered for the award, the offeror/contractor is required to submit
documentation confirming that they are an authorized source. An "Authorized Source" is
defined as the original
manufacturer, a source with the express written authority of the original manufacturer or
current design activity, or an authorized aftermarket manufacturer.
e.Counterfeit Information Technology (IT) Certification: If the solicitation includes the
delivery of IT products or services with incidental IT products, consider including DFARS
252.246-7007 and DFARS 252.246-7008 in addition to inserting the following mandatory
solicitation language (IPM 14-012CON) as item 2(d).
The following IT related statement applies to line items 0001 and each offeror must
explicitly confirm and submit supporting documentation, as needed:
The offeror certifies that the product(s) being delivered is new and in their original
packaging. The subject product(s) are eligible for all manufacturer warranties and other
ancillary services or options provided by the original manufacturers, authorized suppliers,
or suppliers that obtain parts from the manufacturer or its authorized supplier.
The offeror further certifies that it is authorized by the manufacturer to sell the product
(s). The offeror is required to submit documentation identifying its supply chain for the
product(s). Within the documentation, the offeror shall also identify the country of
manufacture and indicate one of the following, if applicable:
•Manufacturing occurs in the U.S., but more than 50% of the cost of components is
from foreign/nonqualifying country content
•Originally foreign manufactured products substantially transformed in the United
States or a designated country
The offeror assumes responsibility for authenticity. Costs of counterfeit parts are
unallowable unless the conditions set forth in DFARS 231.205-71(b) are met.
By making an offer, the offeror acknowledges that a full or partial termination for
default/cause for non-compliant awarded items may occur if any of the products provided
are not recognized or acknowledged by the manufacturer as new products eligible for
warranties and all other ancillary services or options provided by the manufacturer, or
the offeror was not authorized by the manufacturer to sell the product in the U.S.
3.Price Quote: Submit complete pricing for each individual item listed in
the "DESCRIPTION OF REQUIREMENTS" Section above to include the unit of issue, the
extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB
Destination shipping costs are included in the pricing.
4.Commercial Warranty: If available, provide the terms and length of the
Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed
included in the proposed purchase price.
EVALUATION FACTORS FOR AWARD:
Basis for Award: The Government intends to award a contract to the responsive,
responsible vendor, whose quote conforming to the RFQ is most advantageous to the
Government, price and other factors considered. Technical, price and past performance
factors will be used to evaluate quotes. The vendor must be registered in the System for
Award Management (SAM). The Government reserves the right to award no contract at
all, depending on the quality of quotes submitted and availability of funds. Technical
Acceptability is defined in Factor I below.
Factor I – Technical: The Government will evaluate the quote to see if the following
specification requirements are met to include all information required for a complete
quote as defined in paragraph 2 above:
This requirement contains supplies that are Brand Name pursuant to FAR 11.105, Items
Peculiar to One Manufacturer. To be considered for the award, the offeror is required to
certify that the product being offered is an original, new, and Trade Agreements Act
(TAA) compliant (reference 2(c) above) see Items 0001. The Government will only accept
the required brand name product as specified in RFQ.
Factor II – Past Performance: The Government will evaluate past performance, by
reviewing sources that may include, but are not limited to, information from Government
personnel and information from sources such as the Federal Awardee Performance and
Integrity Information System (FAPIIS) and data available in the statistical reporting
module of the Supplier Performance Risk System (SPRS) regarding the supplier's past
performance history for the Federal supply class (FSC) and product or service code (PSC)
of the supplies being purchased. In the
case of a supplier without a record of relevant past performance history, the supplier
may not be evaluated favorably or unfavorably for its past performance history.
Factor III – Price: The Government will evaluate the total price to determine if it is fair
and reasonable. The price quote shall include a unit price for each item and a total firm
fixed price for all line items. The total firm-fixed-price shall include all applicable taxes,
shipping, and handling costs to the shipping address listed above as outlined in
paragraph 3 above.
Technical capability and past performance, when combined, are more important than
price. Contractors who do not meet the first 2 factors will not undergo a price evaluation.
DUE DATE AND SUBMISSION INFORMATION
Eligible Offerors: All offerors must have completed registration on the System for Award
Management (SAM) website prior to award of contract. Information can be found at
https://www.sam.gov/. Complete SAM registration means offerors shall have a
registered CAGE and Unique Entity ID.
Page Limitations: Ensure to stay within the page limitations as follows:
Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text
shall be formatted on an 8
½ by 11-inch page in 12-point Times New Roman font.
Questions Due Date and Submission Requirements: All questions must be received
before 15th
May 2025 at 11:00AM, Pacific Time. Questions must be uploaded on the NAVWAR
e-Commerce website at https://e-commerce.DC3N.navy.mil, under NIWC
Pacific/Simplified Acquisitions/N66001-25-Q-6213. Include RFQ# N66001-25-Q-6213 on
all inquiries. Questions may be addressed at the discretion of the Government.
RFQ Due Date and Submission Requirements: This RFQ closes on 23rd May 2025 at
10:00AM, Pacific Time. Quotes must be uploaded on the NAVWAR e-Commerce website
at https://e-commerce.DC3N.navy.mil, under NIWC Pacific/Simplified
Acquisitions/N66001-25-Q-6213. E-mail quotes or offers will not be accepted and late
quotes will not be accepted.
NAVWAR e-Commerce website Assistance: For E-Commerce technical issues, contact the
NAVWAR Paperless Help Desk at 858-537-0644 or ebusiness.navwar.fct@navy.mil.
Government RFQ Point of Contract: The point of contact for this solicitation is Name of
Joseph Bancod at joseph.s.bancod.civ@us.navy.mil. Reference RFQ# N66001-25-Q-6213
on all email exchanges regarding this acquisition.
APPLICABLE PROVISIONS AND CLAUSES
This solicitation document incorporates provisions and clauses in effect through Federal
Acquisition Circular (FAC) 2025-03 and Defense Federal Acquisition Regulation
Supplement (DFARS) Publication Notice (DPN) 20250117. It is the responsibility of the
contractor to be familiar with the applicable clauses and provisions. The clauses can be
accessed in full text at https://www.acquisition.gov/content/regulations.
The following FAR and DFARS Provisions, incorporated by reference, apply to this
acquisition: 52.204-7, System for Award Management (October 2018);
52.204-22, Alternative Line-Item Proposal (Jan 2017);
52.204-23, Prohibition provided by Kaspersky Lab and other Covered Entities, (Jun
2018);
52.204-24, Representation Regarding Certain Telecommunications and Video
Surveillance Services or Equipment (OCT 2020);
52.204-25, Prohibition on Contracting for Certain Telecommunications (Aug 2020);
52.204-26, Covered Telecommunications Equipment or Services-Representation (OCT
2020); 52.212-1, Instructions to Quoters—Commercial Items (Jan 2017);
52.212-2, Evaluation—Commercial Items (Oct 2014);
52.212-3 and Alt I, Offeror Representation and Certifications-Commercial Items(Jan
2017); 52.219-6 Notice of Total Small Business Set-Aside(Nov 2020);
252.203-7005, Representations Relating to Compensation of Former DoD Officials
(November 2011);
252.204-7024, Notice on the Use of the Supplier Performance Risk System (Mar 2023);
252.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or
Transactions Relating to Iran-Representation and Certifications—Commercial Items (Jan
2017;
252. 247-7022, representation of Extent of Transportation by Sea (Aug 1992).
FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or
Executive Orders— Commercial Products and Commercial Services (Jan 2025), applies to
this acquisition and includes the following clauses by reference:
52.204-7, System for Award Management (October 2018); 52.204-22, Alternative Line-
Item Proposal (Jan 2017);
52.204-23, Prohibition provided by Kaspersky Lab and other Covered Entities, (Jun
2018);
52.204-24, Representation Regarding Certain Telecommunications and Video
Surveillance Services or Equipment (OCT 2020);
52.204-25, Prohibition on Contracting for Certain Telecommunications (Aug 2020).
52.204-26, Covered Telecommunications Equipment or Services-Representation (OCT
2020); 52.212-1, Instructions to Quoters—Commercial Items (Jan 2017);
52.212-2, Evaluation—Commercial Items (Oct 2014);
52.212-3 and Alt I, Offeror Representation and Certifications-Commercial Items (Jan
2017); 252.203-7005, Representations Relating to Compensation of Former DoD Officials
(November 2011).
252.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or
Transactions Relating to Iran-Representation and Certifications—Commercial Items (Jan
2017.
252. 247-7022, representation of Extent of Transportation by Sea (Aug 1992).
The following FAR and DFARS Clauses, incorporated by reference, apply to this
acquisition:
52.212-4, Contract Terms and Conditions—Commercial Products and Commercial
Services (Nov 2023). 52.219-6 Notice of Total Small Business Set-Aside(Nov 2020);
52.204-13, System for Award Management Maintenance (OCT 2018);
52.204-19, Incorporation by Reference of Representations and Certifications (DEC 2014);
52.212-4, Contract Terms and Conditions – Commercial Items
52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013);
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec
2013). 52.233-1, Disputes (May 2014);
52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004). 52.243-1,
Changes—Fixed Price (Aug 1987);
52.247-34, F.o.b. Destination (Nov 1991);
52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998);
52.252-2 Clauses Incorporated by Reference(Feb 1998);FAR:
http://www.acquisition.gov/far DFARS: http://www.acq.osd.mil/dpap.dars/dfars
52.252-6, Authorized Deviations in Clauses (APR 1984);
252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep
2011); 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep
2013); 252.204-7003, Control of Government Personnel Work Product (Apr 1992);
252.204-7006, Billing Instructions (Oct 2005);
252.204-7011, Alternative Line-Item Structure (Sep 2011);
252.204-7012, Safeguarding of Unclassified Controlled Technical Information (Oct 2016);
252.211-7003, Item Unique Identification and Valuation (Mar 2016);
252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013);
252.225-7001, Buy American and Balance of Payments Program—Basic (Dec 2016);
252.225-7048, Export-Controlled Items (Jun 2013);
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun
2012). 252.232-7006, Wide Area Workflow Payment Instructions (May 2013).
252.232-7010, Levies on Contract Payments (Dec 2006); 252.239-7018, Supply Chain
Risk (Oct 2015);
252.243-7001, Pricing Of Contract Modifications (Dec 1991); 252.244-7000,
Subcontracts for Commercial Items (Jun 2013);
252.246-7007, Contractor Counterfeit Electronic Part Detection and Avoidance System
(Aug 2016). 252.246-7008 Sources of Electronic Parts (May 2018);
252.247-7023, Transportation of Supplies by Sea (Apr 2014 (End of clause)