This is a SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, and FAR Part 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 the GPE at SAM.gov | Contract Opportunities.
The RFQ number is N4215825QN084. This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 2025-04 / 06/11/2025 and DFARS Change Notice 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 811210- Electronic and Precision Equipment Repair and Maintenance and the Small Business Standard is $34 million.
This requirement is being solicited as a competitive, unrestricted action (Full and Open Competition).
The Service Contract Division, C410, Norfolk Naval Shipyard (NNSY), Portsmouth, VA, 23709-5000 intends to issue a Firm Fixed-Price, Indefinite Quantity, Indefinite Delivery (IDIQ) contract resulting from this solicitation. The Government will utilize procedures under FAR Subpart 12.6 and FAR Part 13 to issue an IDIQ contract to provide contractor services as described in Attachment 1 - Statement of Work (SOW).
This solicitation will be evaluated based on Lowest Price Technically Acceptable (LPTA) criteria in accordance with Federal Acquisition Regulation (FAR) Part 15, and FAR Part 12.
Period of performance is one (1) base year and one (1) option year
Delivery Location is Norfolk Naval Shipyard (specific addresses will be provided upon contract award).
52.212-1 Addendum - Instructions to Offerors—Commercial Products and Commercial Services - Sept 2023
This Solicitation N4215825QN084 will close at 12:00 PM EST on Friday 15 August 2025.
QUESTIONS: Offerors may submit questions regarding clarification of solicitation requirement to Audrey Franklin at audrey.m.franklin2.civ@us.navy.mil AND Jordan Moore at jordan.e.moore.civ@us.navy.mil with a COPY to Denise Swain, Contracting Officer, at denise.j.swain.civ@us.navy.mil by Friday 08 August 2025. ANY QUESTIONS RECEIVED AFTER THIS DATE MAY NOT BE ANSWERED
Interested offerors shall submit their offer via email as a single Adobe Acrobat .pdf attachment to Audrey Franklin at audrey.m.franklin2.civ@us.navy.mil AND Jordan Moore at jordan.e.moore.civ@us.navy.mil with a COPY to Denise Swain, Contracting Officer, at denise.j.swain.civ@us.navy.mil on or before 12:00 PM EST on Friday 15 August 2025.
The offer shall consist of one signed copy of:
1. A completed and signed standard form SF-1449 with unit prices for each line item;
2. Executed copies of any amendments (if applicable);
3. Completed FAR 52.212-3 Representations and Certifications;
4. Technical capability information;
5. Past performance information;
6. Price (and/or Quote)
7. Your company’s Government Property Management Plan
The completion and submission of the above items will constitute a quote and will be considered the vender’s unconditional assent to the terms and conditions of this Solicitation and any attachments and/or exhibits.
Failure to provide all of these documents by the required date and time may preclude a quotation from award consideration at the discretion of the Government.
A contract award will be made to the offeror whose quote reflects a technically acceptable item or combination of technically acceptable items that result in the lowest aggregate price to the Government.
GOVERNMENT FURNISHED PROPERTY MANAGEMENT PLAN
“In accordance with FAR subpart 45.201, the offeror shall submit a copy of their internal Government Property Management System Plan within their response to this request for (quote/proposal). The Property Management Systems Plan is required to manage Government Property in accordance with FAR 52.245-1. Failure to provide a Property Management Plan may result in disqualifying the Offeror from further consideration or require contractor compliance with a corrective action plan. The Offeror’s submittal should demonstrate their internal controls (i.e. control, use, preserve, protect, repair, and maintain) to protect Government property in its possession. The Government will provide Government Property on a rent-free basis in performance of the contract.
Alternatively, the contractor may provide a confirmation letter of an approved Property Management System from Defense Contract Management Agency (DCMA) and/or any Federal Government agency within the 3 years from solicitation issuance date. The Government will evaluate the Property Management Plan (or confirmation letter) submitted to determine whether it is compliant with FAR 52.245-1(f) and DFARS 252.245-7005. If the Offeror does not have a Property Management System in place, the Government will accept an Offeror’s plan that shows the intent to comply with FAR clause 52.245-1(f) and DFARS 252.245-7005. The plan will include a timeline for implementing a formal Property Management System that will be used to manage Government Property in its possession."
The Contracting Officer shall make a determination regarding whether or not the submittal meets the ten (10) elements of FAR clause 52.245-1(f) and as further detailed in DFARS 252.245-7005. If the Contracting Officer's determination is that the submittal does not meet the ten (10) elements of FAR clause 52.245-1(f), the Contracting Officer will notify the contractor at award that they have up to a 45-day maximum to submit a corrective action plan. The corrective action plan shall include a timeline for implementation. If the corrective action plan is not complied with, it could result in delay of payment and in extreme cases, termination for default/cause."