Supervisor of Shipbuilding Newport News (SSNN) Code 413 Procurement has issued this solicitation, N6279326Q0005, as a Request for Quote (RFQ) to compete and award a single award Firm Fixed Price (FFP) contract using FAR Part 12-Acquisition of Commercial Items, and FAR Part 13-Simplified Acquisition Procedures for BRAND NAME SPECIALTY CHEMICAL CORP-DECK IN A BOX KIT (PART NO: SC1013005-PT2).
This combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.105, as supplemented with additional information included in this notice.
This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2024-03, and Defense Federal Acquisition Regulation Supplement Change Notice 01/22/2024.
The North American Industry Classification System (NAICS) code is 321918 Other Millwork (including Flooring). Offerors shall be registered in the System for Award Management (SAM) with the NAICS code identified and completed representations and certifications prior to the closing of this announcement. Additionally, all offerors shall not have any active exclusions listed within SAM.
This acquisition is 100% Small Business Set-Aside and is a Firm-Fixed price procurement and will be procured using commercial item procedures. The technical expert will evaluate the quotes based on information furnished by the offeror and specifications provided.
The solicitation number for this procurement is N62793-26-Q-0005. Proposals are being requested in accordance with the information provided in this notice.
This request for quote is for the Specialty Chemical Corp – DECK IN A BOX KIT (pn: SC1013005-PT2), quantity 300, in addition to four options of additional quantity 300 each, DECK IN A BOX KIT. See attached product description.
The current versions of the following clauses and provisions are hereby incorporated to this contract: FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment, FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation, FAR 52.204-27 Prohibition on a ByteDance Covered Application, FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, FAR 52.212-2, Evaluation—Commercial Products and Commercial Services, FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, FAR 52.222-3 Convict Labor, FAR 52.222-26 Equal Opportunity, FAR 52.222-35, Equal Opportunities for Veterans, FAR 52.222-36, Equal Opportunities for Workers with Disabilities, FAR 52.222-37, Employment Reports on Veterans, FAR 52.225-1, Buy American Act-Supplies, FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management, FAR 52.246-16, Responsibility for Supplies, DFARS 252.211-7003, Item Unique Identification and Valuation, DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.
All current versions of provisions and clauses may be accessed electronically at https://www.acquisition. gov/content/regulations and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.
The offeror’s quote shall contain the following information: solicitation number, date, name, address, terms of any warranties, price, any discount terms, best delivery date for FOB destination, and acknowledgement of all solicitation amendments (if applicable). The offer shall also contain all other documentation specified herein.
Late offers: Quotes or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered.
Evaluation/Award: Award selection will be based on Lowest Price Technically Acceptable (LPTA). IAW FAR 52.212-2, Evaluation-Commercial Products and Commercial Services, the Government will award a purchase order resulting from this solicitation once a technical evaluation of offerors quotes has been evaluated to determine technical acceptability.
In order to permit efficient competition, the Navy will utilize the following evaluation methodology: Proposals will initially be screened for price and placed in order (lowest price to highest price). The Navy will then evaluate the technical factors of the lowest-priced proposal. In the event the lowest-priced proposal is deemed technically unacceptable, the process described will be conducted again as many times as necessary, until the Government identifies a technically acceptable proposal. The Navy will make award to the lowest-priced technically acceptable proposal. Accordingly, under this methodology, the technical factors of some proposals may not be evaluated by the Navy.
Response Time: All quotes will be accepted at the Supervisor of Shipbuilding, Conversion and Repair, via email at: maria.l.wiatt.civ@us.navy.mil , no later than 02 FEBRUARY 2026, 10:00 AM, EST. All quotes shall be marked with the Solicitation Number, Date and Time. Electronic mail proposals are the only accepted submission. Any questions regarding this solicitation shall be submitted in writing via email to: maria.l.wiatt.civ@us.navy.mil, no later than 30 JANUARY 2026. No questions will be addressed via telephone. All deadlines or references to time for this solicitation will be due based on the eastern time zone. Offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offer.
Note: All offerors shall be registered in SAM.Gov at https://sam.gov/content/home before being considered for a