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 the 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-6229. The North American Industry Classification System (NAICS) code applicable to this acquisition is 238990, All other Speciality Trade Contractors and the small business size standard is $19 million. This procurement is a Total 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 award.DESCRIPTION OF REQUIREMENTSThe Government is seeking to acquire a crane rental service to hoist guardrails and hardware to a rooftop on Marine Corps Base Hawaii. To be considered acceptable and eligible for award, quotes must provide all of 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. DESCRIPTION QUANTITY UNIT OF ISSUEThe expected Period of Performance for this effort is: 25 August 2025 to 29 August 2025. The anticipated place of performance for the effort is Marine Corps Base Hawaii, Kaneohe Bay, Hawaii. Exact building/room number will be provided at time of award. The Government is seeking Free on Board (FOB) Destination pricing to the following shipping address: Hawaii, 96863.OFFEROR INSTRUCTIONSThe Government intends to award a Firm Fixed Price (FFP) contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation represents the Lowest Price Technically Acceptable (LPTA) offer as defined in the EVALUATION FACTORS FOR AWARD Section below. A complete quote is necessary to be adequately considered for 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: Offerors are encouraged to submit product manufacturer specifications, pictures, brochures, or and other pertinent technical information of the quoted brand name supplies to facilitate the evaluation. The quote must address and meet the requirements/specifications as defined under Technical Factor I below.b. Sustainable Acquisitions Information and Certification: The contractor shall comply with all sustainable acquisition policies in an effort to minimize the Governments 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.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 purchase order to the responsive, responsible vendor, whose quote, conforming to the RFQ, is most advantageous to the Government, price and non-price factors considered. Technical, price, and past performance factors will be used to evaluate quotes. The Government reserves the right to award no contract at all, depending on the quality of quotes submitted and the availability of funds. A complete quote must be received for consideration. Respond to each factor 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 award.Factor I ? Technical: The Government will evaluate the quote and verify if the specification requirements definedbelow are met to include all information required for a complete quote as defined in paragraph 2 below.Factor II ? Price: The Government will evaluate the total price to determine if it is fair and reasonable. The pricequote shall include a unit price for each item and a total firm-fixed-price for all line items. The total firm-fixed-priceshall include all applicable taxes and handling costs.Factor III ? Past Performance: The Government will evaluate past performance, beginning with the lowest priced quote, by reviewing sources that may include, but are not limited to, information from Government personnel and information from sources such as the offerors Responsibility/Qualification (R/Q) documentation in System for Award Management (SAM).DUE DATE AND SUBMISSION INFORMATIONEligible Offerors: All offerors must have a completed registration in 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: NoneFormatting Requirements: Submit quotes in electronic PDF or Excel format; and text shall be formatted on an 8 � by 11 inch page in 12 point Times New Roman font.Questions Due Date and Submission Requirements: All questions must be received before 9 June 2025 by 12:00PM Pacific Time. Questions must be submitted via email to the Government RFQ Point of Contact listed below. Include RFQ# N66001-25-Q-6229 on all inquiries. Questions may be addressed at the discretion of the Government.RFQ Due Date and Submission Requirements: This RFQ closes on 10 June 2025 by 11:59PM, Pacific Time. Quotes must be submitted via the Solicitation Module within the Procurement Integrated Enterprise Environment (PIEE) website at https://piee.eb.mil, under Notice ID N66001-25-Q-6229. E-mail quotes or offers will not be accepted and late quotes will not be accepted.PIEE Assistance: For PIEE technical issues, see the Vendor Customer Support resources at https://cac.piee.eb.mil/xhtml/auth/web/homepage/vendorCustomerSupport.xhtml.Government RFQ Point of Contract: The point of contact for this solicitation is Name of Contract Specialist at jose.n.carreon.civ@us.navy.mil. Reference RFQ# N66001-25-Q-6229 on all email exchanges regarding this acquisition.RFQ ATTACHMENTS1. C2.1 Attachment (00) RFQ FINAL2. C2.1 Attachment (01) FAR and DFARS Reps And Certs3. C2.1 Attachment (02) PWS4. C2.1 Attachment (03) PWS NIWC TextbookAPPLICABLE PROVISIONS AND CLAUSESThis solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2025-03 dated 17 January 2025 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20250117 dated 17 January 2025. 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, (as of the date of the RFQ) incorporated by reference, apply to this acquisition:52.204-7, System for Award Management52.204-16, Commercial and Government Entity Code Reporting52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment;52.204-26, Covered Telecommunications Equipment or Services-Representation;52.204-29, Federal Acquisition Supply Chain Security Act Orders?Representation and Disclosures;252.203-7005, Representation Relating to Compensation of Former DoD Officials;252.204-7008, Compliance with Safeguarding Covered Defense Information Controls;252.204-7016, Covered Defense Telecommunications Equipment or Services?Representation;252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services?Representation;252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements;252.204-7024, Notice on the Use of the Supplier Performance Risk System;252.225-7055, Representation Regarding Business Operations with the Maduro Regime;252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region?Representation; andFAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders?Commercial Products and Commercial Services (as of the date of the RFQ) applies to this acquisition and includes the following clauses by reference:52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards;52.204-27, Prohibition on a ByteDance Covered Application;52.204-30, Federal Acquisition Supply Chain Security Act Orders--Prohibition;52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment52.219-6, Notice of Total Small Business Set-Aside;52.219-28, Post-Award Small Business Program Representation;52.222-3, Convict Labor;52.222-19, Child Labor--Cooperation with Authorities and Remedies;52.222-36, Equal Opportunity for Workers with Disabilities;52.222-50, Combating Trafficking in Persons;52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024);52.232-33, Payment by Electronic Funds Transfer?System for Award Management (OCT 2018);52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act--Covered Foreign Entities (Nov 2024);52.222-41, Service Contract Labor Standards (AUG 2018); and52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014).52.222-55, Minimum Wages for Contractor Workers Under Executive Order 1402652.222-62, Paid Sick Leave Under Executive Order 13706The following FAR and DFARS Clauses (as of the date of the RFQ), incorporated by reference, apply to this acquisition:52.204-13, System for Award Management Maintenance;52.204-18, Commercial and Government Entity Code Maintenance;52.204-9, Personal Identity Verification of Contractor Personnel52.212-4, Contract Terms and Conditions?Commercial Products and Commercial Services;52.223-23 Sustainable Products and Services (DEVIATION 2025-O0004);52.232-39, Unenforceability of Unauthorized Obligations;252.203-7000, Requirements Relating to Compensation of Former DoD Officials;252.203-7002, Requirement to Inform Employees of Whistleblower Rights;252.204-7004, Antiterrorism Awareness Training for Contractors;252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2024-O0013 REVISION 1);252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support;252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services;252.204-7020, NIST SP 800-171 DoD Assessment Requirements252.204-7022, Expediting Contract Closeout;252.223-7008, Prohibition of Hexavalent Chromium;252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime;252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region;252.232-7003, Electronic Submission of Payment Requests and Receiving Reports;252.232-7006, Wide Area WorkFlow Payment Instructions;252.232-7010, Levies on Contract Payments;252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel;252.239-7018, Supply Chain Risk;252.244-7000, Subcontracts for Commercial Products or Commercial Services (NOV 2023);252.247-7023, Transportation of Supplies by Sea.The following FAR and DFARS Provisions and Clauses (as of the date of the RFQ), incorporated by full text, apply to this acquisition:52.252-2 CLAUSES INCORPORATED BY REFERENCEThis contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):The FAR provisions, clauses and deviations can be accessed in full text at https://www.acquisition.gov/browse/index/far (FAR clauses and deviations) and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (DFARS clauses).(End of clause)52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause.(b) The use in this solicitation or contract of any Defense Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation.(End of clause)H-209-PAC001 LIMITED RELEASE OF CONTRACTOR CONFIDENTIAL BUSINESS INFORMATION(a) Definition.Confidential Business Information, (information) as used in this text, is defined as all forms and types of financial, business, economic or other types of information other than technical data or computer software/computer software documentation, whether tangible or intangible, and whether or how stored, compiled, or memorialized physically, electronically, graphically, photographically, or in writing if -- (1) the owner thereof has taken reasonable measures to keep and protect such information, and (2) the information derives independent economic value, actual or potential from not being generally known to, and not being readily ascertainable through proper means by, the public. Information does not include technical data, as that term is defined in DFARS 252.227-7013(a)(14), 252.227-7015(a)(4), and 252.227-7018(a)(19). Similarly, information does not include computer software/computer software documentation, as those terms are defined in DFARS 252.227-7014(a)(4) and 252.227-7018(a)(4).(b) The Naval Information Warfare Systems Command (NAVWAR) may release to individuals employed by NAVWAR support contractors and their subcontractors. Information submitted by the contractor or its subcontractors pursuant to the provisions of this contract. Information that would ordinarily be entitled to confidential treatment may be included in the information released to these individuals. Accordingly, by submission of a proposal or execution of this contract, the offeror or contractor and its subcontractors consent to a limited release of its information, but only for purposes as described in paragraph (c) of this text.(c) Circumstances where NAVWAR may release the contractors or subcontractors information include the following:(1) To other NAVWAR contractors and subcontractors, and their employees tasked with assisting NAVWAR in handling and processing information and documents in the administration of NAVWAR contracts, such as file room management and contract closeout; and,(2) To NAVWAR contractors and subcontractors, and their employees tasked with assisting NAVWAR in accounting support services, including access to cost-reimbursement vouchers.(d) NAVWAR recognizes its obligation to protect the contractor and its subcontractors from competitive harm that could result from the release of such information. NAVWAR will permit the limited release of information under paragraphs (c)(1) and (c)(2) only under the following conditions:(1) NAVWAR determines that access is required by other NAVWAR contractors and their subcontractors to perform the tasks described in paragraphs (c)(1) and (c)(2);(2) Access to information is restricted to individuals with a bona fide need to possess;(3) Contractors and their subcontractors having access to information have agreed under their contract or a separate corporate non-disclosure agreement to provide the same level of protection to the information that would be provided by NAVWAR employees. Such contract terms or separate corporate non-disclosure agreement shall require the contractors and subcontractors to train their employees on how to properly handle the information to which they will have access, and to have their employees sign company non-disclosure agreements certifying that they understand the sensitive nature of the information and that unauthorized use of the information could expose their company to significant liability. Copies of such employee non-disclosure agreements shall be provided to the Government; and(4) NAVWAR contractors and their subcontractors performing the tasks described in paragraphs (c)(1) or (c)(2) have agreed under their contract or a separate non-disclosure agreement to not use the information for any purpose other than performing the tasks described in paragraphs (c)(1) and (c)(2).(e) NAVWARs responsibilities under the Freedom of Information Act are not affected by this text.(f) The contractor agrees to include, and require inclusion of, this text in all subcontracts at any tier that requires the furnishing of information.