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. This announcement constitutes the 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 RFQ number is N0060425Q4138. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-05 and DFARS Publication DFARS Change 01/17/2025. 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 http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.
The NAICS code is 336611 and the Small Business Standard is 1,300 Employees. The proposed contract is 100 percent set aside for small business concerns.
The Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing:
CLIN 0001 Underwater Hull Cleaning for YON-328 in accordance with PWS.
In order to allow proper fair and reasonable determination to be conducted please provide a detailed quote with all pricing broken down in sufficient details.
Please provide your quoted price as follows: CLIN 0001 total price: $
Period of performance:
Period of performance is from date of contract award through 30 September 2026. All work must be completed no later than 30 September 2026. Location is at Building 1757 Neosho Avenue K-5 Joint Base Pearl Harbor Hawaii 96860. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.
Evaluation:
Award will be made to the Lowest Priced Technically Acceptable (LPTA) quote. In order to be technically acceptable the contractor must provide a statement in the email response or quote declaring that they take no exception to the attached PWS. Questions regarding this procurement can be sent by 4:00 PM Hawaii Standard Time on Tuesday, 16 September 2025. (This will allow sufficient time to obtain answers and respond before the closing date).
This RFQ will close according to the posted date and Hawaii Standard Time.
Quoters shall include a completed copy of 52.212-3 Deviation and its ALT I and 52.204-24 with quotes. All clauses shall be incorporated by reference in the order.
Additional contract terms and conditions applicable to this procurement are:
Contact David D. Chang who can be reached at email david.d.chang3.civ@us.navy.mil.
All responsible sources may submit a quote which shall be considered by the agency.
Attachment List:
- 4.02.1 Attachment 1 PWS YON 328 rev 1
- 4.02.2 Attachment 2 Combine Sol N0060425Q4138
- 4.02.3 Attachment 3 Provision Clauses
- 4.02.4 Attachment 4 FAR 52-204-24 (Please complete and return)
- 4.02.5 Attachment 5 FAR 52.212-3 Dev. Alt 1 (If your Reps & Certs are up to date in SAM, notate "None" on page 3 highlighted in paragraph (b)(2)). Please complete and return form.
- 4.01.6 Attachment 6 Wage Determination
System for Award Management (SAM). Quoters 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/ .
All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.