EDIT 6/3/25 9:35 AM - THE DUE DATE FOR SUBMISSIONS HAS BEEN MOVED TO 5 JUNE 2025 3PM EST DUE TO URGENCY OF THE REQUIREMENT.
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-0018 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 the Federal Acquisition Circular, FAC-2025-03, effective date January 17, 2025.
This is a 100% small business set aside. NAICS CODE: 221122 Size Standard: 1,100
The intended period of performance is 10 June 2025 through 22 July 2025.
VENDOR SHALL SUBMIT THE RELEVANT EQUIPMENT SPECIFICATION SHEET ALONG WITH ITS QUOTE FOR CONSIDERATION.
**PLEASE ENSURE THE TOTAL COST OF YOUR QUOTE IS ACCURATE AND COMPLETE. IN OTHER WORDS, ALL LINE ITEMS ADDED TOGETHER SHOULD MATCH THE TOTAL QUOTE**
CLIN 0001: The Contractor shall provide one (1) One Transformer and associated cables and connectors capable of handling power requirements of a mobile kitchen. Contractor shall provide the following associated cables/connectors: (A) One (1) 75KVA (minimum) transformer capable of handling power input of 480VAC 200 amps and output power of 208VAC 200 amps 3 phase; (B) The transformer shall have an output with four (4) pigtails with female camlocks (CLS series 2/o-4/o AMG); (C) The transformer shall have an input with four (4) pigtails with female camlocks (series 16, 4/o); (D) The Contractor shall hook up the transformer input to a Government Furnished Material (GFM) cable which is 100’ long with an Anderson Connector (male) on the input and four (4) male camlocks (series 16, 4/o) on the output.
VENDOR SHALL STATE THE MONTHLY RATE, WEEKLY RATE, DAILY RATE AND TOTAL RENTAL COST OF THE TRANSFORMER & CORRESPONDING EQUIPMENT. IF DROP OFF/PICK-UP CHARGES ARE INCLUDED IN THE RENTAL RATE, VENDOR SHALL SO STATE THAT DELIVERY/PICK-UP CHARGES ARE INCLUDED.
For Example:
Monthly Rate: $X.XX
Weekly Rate: $X.XX
Daily Rate: $X.XX
TOTAL Cost: $X.XX
CLIN 0002: Contractor shall Pickup/Deliver to Naval Submarine Base New London in Groton, CT (FOB Destination). Pickup and Delivery must be accomplished Monday - Friday between 0700 and 1330 EST. Vendor shall state the delivery and pick-up costs, along with the total cost associated with this rental.
IF THE DELIVERY AND PICK-UP COSTS ARE INCLUDED IN THE RENTAL OF THE TRANSFORMER, THE VENDOR MUST STATE THAT DELIVERY AND PICK UP IS INCLUDED.
For Example:
Delivery: $X.XX
Pick up: $X.XX
TOTAL Cost: $X.XX
TOTAL COST OF QUOTE: $X.XX
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 quotations 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.
Quotes are due prior to 0300 PM EST, 5 JUNE 2025. Late submissions will not be accepted. This is an urgent acquisition.
TAKE NOTE OF REQUIREMENT FOR ENTRY TO THE FACILITY PER PARAGRAPH 4.2 “ACCESS REQUIREMENTS” IN SECTON C OF THE SOLICITATION.
Offers should be submitted via electronic commerce. The electronic address for receipt of offers is: kyle.r.berg3.civ@us.navy.mil and stephanie.l.neale.civ@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.