NAVSUP Fleet Logistics Center, San Diego (FLCSD) is conducting a market survey (MS) to identify interested and capable businesses, stimulate industry awareness and, gain feedback to improve the acquisition environment/process. Firms possessing the capabilities to perform the tasking described in the attached Statement of Work (SOW) and information below are encouraged to respond.
This is not a solicitation announcement. This notice is for planning purposes only and is not to be construed as a commitment by the Government. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Any information submitted by respondents to this notice is strictly voluntary. The Government will not award any contract based on the information received from this notice. The government will utilize information received from this notice to assist in acquisition planning and identifying small businesses’ capabilities. The Government reserves the right to consider a set-aside for small businesses or one of the small business socioeconomic contracting programs (e.g., 8(a), HUBZone, service-disabled veteran-owned small business (SDVOSB), and women-owned small business (WOSB) including economically disadvantaged women-owned small businesses (EDWOSB)).
Any resultant set-aside contract or task order for services will include the applicable clause at FAR 52.219-14 – Limitations on Subcontracting. Respondents (e.g., primes) intending to utilize subcontractors should provide information detailing how the prime will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities (SSEs), as defined within FAR 52.219-14. A respondent (prime) utilizing a subcontracting arrangement will need to have the infrastructure and resources in place to manage the entire contract, including all task orders (if applicable).
DESCRIPTION OF REQUIREMENT: The contractor will be tasked to accomplish the work as specified in Attachment 1, Statement of Work (SOW). Seeking commercial sources capable of providing dining facility furniture, lighting fixtures, decorative signage, and modification of interior of facility to include window, doors, overheads, and walls identified at Naval Air Station Lemoore, CA
The Government anticipates this effort to be a Firm Fixed Price FFP type contract. This is a new requirement.
The applicable North American Industry Classification System (NAICS) code is 541410 Interior Design Services, with a small business size standard of $9 (millions of dollars)
Interested parties should provide a Capability Statement (no more than 5 pages). Illustrations such as tables, flowcharts, organizational charts, process charts or other similar type informational charts may be used, and they will be counted against the page count limitations. Electronic responses (i.e. email) are preferred and telephonic request for information will not be honored. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. No request for capability briefings will be honored as a result of this notice. Responses that do not conform to the MS instructions may not be considered by the Government. Standard company brochures will not be reviewed.
Responses and any questions to this MS shall be submitted to Yesica Lorena Burrill at yesica.l.burrill.civ@us.navy.mil. Use reference No. (N00244-25-Q-S088 INTERIOR DESIGN SERVICES) when responding to this MS.
- The closing date for this MS is: 12 AUG 2025
- The closing time for this MS is: 11:59 PM PST
- The deadline for submission of questions is 11 AUG. Note: Questions submitted after the specified date may not receive responses.