This is an amendment to Combined Synopsis/Solicitation N4008525Q0037 which was posted on 03 September 2025. This amendment is issued to revise the Equipment Specification to state Tier 0 instead of Tier 2. See revised Statement of Work attached herein.
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, as supplemented with the additional information included in this notice. The announcement constitutes only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on SAM.GOV.
The solicitation number is N4008525Q0037 and is issued as a Request for Quote (RFQ). This is the only RFQ for this requirement, it includes all the terms, and conditions as well as applicable FAR and DFARS clauses and provisions in effect through FAC 2025-05, effective 07 August 2025, and DFARS Publication Notice 20250718. 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: https://www.acquisition.gov/far/ and https://www.acquisition.gov/far/ and https://www.acq.osd.mil/dpap/dars/change_notices.html.
The NAICS code is 532411. This requirement is being procured as unrestricted.
Naval Facilities Engineering System Command (NAVFAC) Mid- Atlantic requirement: The Contractor shall provide the Department of the Navy with one (1) fully operational, contractor-maintained, four-axle diesel-electric locomotive for lease to support base operations, rail logistics, and/or military training at Naval Weapons Station Earle.
The proposed contract action is for commercial services for which the Government intends to solicit and negotiate based on Price.
The Government will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered; all responses from responsible sources will be fully considered.
Attachments: Please refer to the following attachments for additional information:
I. Performance Work Statement
II. List of Clauses and Provisions
Estimated Delivery: 30 days after the pre-inspection takes place at the contractor’s facility
The provision at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and is included in the attached clauses and provisions.
The provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- —Commercial Products and Commercial Services (MAR 2025) (DEVIATION 2025-O0004) applies to this acquisition. Unless the Offeror has not completed the annual representations and certification electronically, the offeror shall complete paragraph (c) through (v) of this provision in the attached clauses and provisions.
The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is included in the attached clauses and provisions.
The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services (MAR 2025) (DEVIATION 2025-O0004) applies to this acquisition and all the applicable FAR clauses cited with this requirement are included in the attached clauses and provisions.
All clauses and provisions applicable to this requirement are included in the attached clauses and provisions.
The Defense Priorities and Allocations System (DPAS) rating does not apply to this acquisition.
This announcement will close at 2:00pm Eastern Standard Time on 10 September 2025. All quotes shall be submitted via email to Shayna Martin at shayna.n.martin2.civ@us.navy.mil, and can be reached at 757-341-1654.
Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.