This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice.
Solicitation Number N62789-25-Q-0009 is issued as a request for quotation (RFQ) with the intent to issue one firm-fixed price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC-2025-3 dated 17 January 2025. This is a 100% small business set-aside. NAICS Code: 314910, size standard: 500.
CLIN 0001: The Contractor shall manufacture three (3) Virginia Class (SSN 774) Logistics Escape Trunk (LET )dog shack hatch covers (environmental protection enclosures). See included statement of work for exact requirements. Provide price per unit and total price. $X.XX PER UNIT $X.XX TOTAL
CLIN 0002: The Contractor shall manufacture six (6) Virginia Class (SSN 774) Logistics Plug Trunk (LPT) dog shack hatch covers (environmental protection enclosures). See included statement of work for exact requirements. Provide price per unit and total price. $X.XX PER UNIT $X.XX TOTAL
CLIN 0003: Contractor shall Deliver/Ship to (FOB Destination). Delivery must be accomplished between Monday - Friday between 0700 and 1330 EST.
Delivery location is as follows:
Naval Submarine Base New London
Argonaut Road, NSSF R6 (Bldg 107)
Groton, CT 06349-5000
M/F: Jim Crudden Phone: 860-694-2424
Period of Performance: The period of performance shall start on 18 April 2025 and end on 21 August 2025.
The Government will evaluate the total offers for award purposes by adding the total price for all line items. Evaluation of all line items will not obligate the Government to award all line items. The Government intends to evaluate proposals and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.
Proposals are due prior to 8:00AM EST, 28 March 2025. Late submissions will not be accepted. Offers should be submitted in PDF format via email to kyle.r.berg3.civ@us.navy.mil AND stephanie.l.neale@us.navy.mil. Offerors should identify the RFQ number in the Subject Line of the email. Offerors are advised to submit electronic documents early and confirm successful transmission/receipt.
The System for Award Management (SAM) is a Government-maintained database of companies wanting to do business with the Government. A firm must register and be active in SAM to receive a Federal award. Register at: https://sam.gov/SAM/pages/public/index.jsf. The Government reserves the right to award one line, all line items or any
combination thereof. If multiple line items are awarded, costs/prices for each line item will be totaled and award amount will be based on that total.
Award will be made to the responsible offeror whose offer, conforming to the solicitation, is determined to be the best overall value, price and other factors considered. In determining the best overall response, the combined non-cost/price factors are more important than the cost/price factor; however, cost/price is a significant factor. The Government may select for award the offeror whose price is not necessarily the lowest, but whose technical proposal is more advantageous to the Government and warrants
the additional cost. Offerors must satisfy the requirements described in the performance criteria, as well as other RFQ requirements. Offers that take exception to any performance criteria are unacceptable.