NOTICE TO ALL OFFERORS:
The Government anticipates issuing a firm fixed-priced supply award in response to quotes/proposals received from this solicitation using FAR Parts 12 and 13. A firm, fixed price contract places the maximum risk and full responsibility for all costs and resulting profit or loss on the contractor, offerors are advised to consider these risks when pricing their quotes/proposals.
Pricing for the (1 JOB) shall be provided on the Price Breakdown Sheet included in this document.
The work required must be completed no later than 30 days after award.
1. This solicitation is for the procurement of installation of carpet and ceiling tiles in support of Fleet Logistics Center, Puget Sound in Silverdale, WA.
2. The entire solicitation shall be filled out, signed, and returned as part of your quote. See block 8 on page 1 of the solicitation for the offer due time and date.
3. The deadline for submission of questions regarding the solicitation's terms, conditions, specifications, and/or the Statement of Work (SOW) /Performance Work Statement (PWS) is 1 day prior to the solicitation closing date. Submit via email, to the Contract Specialist prior to the solicitation closing date of August 8,2025 at 12pm.
Denise E. Manor
Email: denise.e.manor.civ@us.navy.mil
4. The Government intends to award to the responsible offeror whose offer provides the best value to the Government; price, delivery lead times and past performance considered. Offers will be evaluated in accordance with FAR 13.106-2(b)(3) to determine which response represents the "best" as a whole. The offer must conform to the solicitation. The Government reserves the right to award to other than the lowest price quote/offer in assessment of best value.
5. SINGLE AWARD FOR ALL ITEMS: Due to the interrelationship of supplies/services to be provided hereunder, the Government reserves the right to make a single award to the quote whose quote/proposal is considered in the best interest of the Government, price and other factors considered. Therefore quotes/proposals with less than the entire effort specified herein may be determined to be unacceptable.
6. "EXCEPTIONS" All quoters MUST note all exceptions from the solicitation's terms conditions, specifications, and/or the statement of work / performance work statement, if any. Any exceptions taken to specifications are REQUIRED to provide Technical Specification Sheets of the material providing. If technical specifications sheets not received with quote offer will be determined nonresponsive/non-compliant and will not be considered. It will be assumed that any quote without mention of any exceptions will take no exception from all specifications, terms and conditions, clauses, or provisions within the solicitation."
7. METHOD OF PAYMENT will be via Wide Area Workflow (WAWF) in accordance with DFARS 252.232-7006.
8. Defense Biometric Identification System (DBIDS):
Commander, Navy Installations Command (CNIC), has established the Defense Biometric Identification System (DBIDS) to improve management and force protection at Navy installations. https://dbids-global.dmdc.mil/home/. DBIDS is a standardized process for granting unescorted access privileges to vendors, contractors, suppliers, and service providers not otherwise entitled to the issuance of a Common Access Card (CAC) who seek access to and can provide justification to enter Navy installations and facilities. Visiting vendors may obtain daily passes directly from the individual Navy Installations by submitting identification credentials for verification and undergoing a criminal screening/background check. Alternatively, if the vendor so chooses, it may voluntarily elect to obtain long-term credentials through enrollment registration, backing vetting, screening, issuance of
credentials through a designated independent contractor DBIDS service provider.
Amendment 00001 DUE DATE EXTENDED FOR SITE VISITS HOSTED BY CUSTOMER