This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in subpart 12.6 and procedures of 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-25-Q-S147. The solicitation document and incorporated provisions and clauses are those in effect through latest Federal Acquisition Circular and DFARS change notices. This solicitation is issued as 100% small business set aside. NAICS Code 336110 Automobile and Light Duty Motor Vehicle Manufacturing is applicable and business size is 1250 employees. The solicitation will start on the date this solicitation is posted and will end on 16 September 2025 3:00 PM Pacific Standard Time.
Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov to be considered for this solicitation.
Requirements
**************************************************************************
Naval Aviation Warfighting Development Center (NAWDC) Joint Close Air Support (JCAS) has an operational requirement to access remote location in order to facilitate air to ground training in the Fallon Range Training Complex. The locations currently in use are barely accessible with the full size trucks in the JCAS inventory and additional sites need to be developed, for both current and future operations, that the current JCAS vehicles will not be able to safely access.
Period of Performance:
180 Days ARO
Delivery: FOB Destination.
Inspection and acceptance: At Destination by the Government.
Payment Method: Wide Area Work Flow (WAWF)
Contract Type: Order/ Contract resulting from this solicitation will be Firm Fixed Price (FFP).
Please see attached Requirements Statement for additional details.
Additional
NOTE 1: NAVSUP Fleet Logistic Center San Diego is planning to purchase the stated brand name or equal product using simplified acquisition procedures from Lowest Price Technically Acceptable offerors, IAW FAR 13.106-2(b).
NOTE 2: Failure to provide specifications will result in rejection of quotation. The Buy American Act applies to this procurement, unless an exception applies.
NOTE 3: New equipment only; No remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
NOTE 4: No partial bids allowed. No partial shipments permitted, unless specifically authorized at the time of award.
NOTE 5: The contract award will include award/points of contact/invoicing or payment information.
NOTE 6: The method of payment for this procurement shall be WAWF.
NOTE 7: FOB Destination.
NOTE 8: Quotes shall include lead-time, assembly, place of manufacture, shipping, freight, and other related delivery expenses.
NOTE 9: All clauses and provisions incorporated into the basic contract are hereby incorporated by reference and are considered to be in full force and effect as if they were in full text. All clauses and provisions in the basic contract are fully applicable to this solicitation.