This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13.5, 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 N4215825Q0073. This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2025-05 and the DFARS Change Notice January 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 332312 and the Small Business Standard is 500. The Small Business Office concurs with the 100% small business set-aside determination.
The Norfolk Naval Shipyard Contracting Department requests responses from qualified sources capable of providing one (1) two-level lifting structure to provide an in-house mock-up facility for rigging training that is in accordance with the attached Statement of Work (SOW):
Delivery, installation, and certification shall be completed within 180 calendar days after award. Delivery Responsibility and Inspection: the supplier is responsible for the performance of all inspection requirements and quality control.
Place of Performance: Norfolk Naval Shipyard, Portsmouth, VA.
The following FAR provisions and clauses are applicable to this procurement:
52.212-1 Instructions to Offerors - Commercial Items
52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items;
52.212-4 Contract Terms and Conditions - Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.222-19 Child Labor—Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-35 Equal Opportunity for Veterans
52.222-36 Affirmative Action for Workers with Disabilities
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.239-1 Privacy or Security Safeguards
All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:
252.203-7000 Requirements Relating To Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.203-7998 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality
Agreements— Representation (Deviation 2015-O0010)
252.203-7999 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality
Agreements (Deviation 2015-O0010)
252.203-7005 Representation Relating To Compensation of Former DoD Officials
252.204-7003 Control of Government Personnel Work Product
252.204-7004 Alt A, System for Award Management
252.204-7007 Alternate A, Annual Representations and Certifications
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information (for services only)
252.204-7011 Alternative Line Item Structure
252.204-7012 Safeguarding Covered Defense Info and Cyber Incident Reporting
252.204-7015 Disclosure of Information to Litigation Support Contractors
252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law—Fiscal Year 2015 Appropriations.
252.232-7003 Electronic Submission of Payment Requests And Receiving Reports
252.232-7010 Levies On Contract Payments
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (for services only)
252.244-7000 Subcontracts For Commercial Items
This announcement will close at 12:00 PM on Monday September 15th, 2025. Contact Janice Trader and Shakir Shinaba who can be reached at via email at janice.d.trader.civ@us.navy.mil and shakir.o.shinaba.civ@us.navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.
Each response must clearly indicate the capability of the quoter to meet all specifications and requirements IAW the Statement of Work.
Quotes shall be submitted electronically via email to at janice.d.trader.civ@us.navy.mil and shakir.o.shinaba.civ@us.navy.mil no later than 12PM on Monday September 15th, 2025. Quotes must include:
1. Pricing (firm-fixed total price with breakout of fabrication, delivery, installation, and testing).
2. Technical Approach/Capability Statement.
3. Proposed Delivery Schedule.
4. Past Performance (up to three similar projects completed in the last five years).
The Government will award to the responsible offeror whose quote is technically acceptable and offers the best value for the Government.
Evaluation Factors:
1. Technical Acceptability – Ability to meet requirements.
2. Price – Reasonableness and completeness.
3. Past Performance – Relevant experience in similar fabrication/installation projects.
To be considered for this opportunity, all quotes shall be submitted in either Microsoft Word or Adobe PDF. Quote must include price(s), FOB Destination, a point of contact, name and phone number, business size, and payment terms. An award will be made based on the best value to the Government. Each quote must clearly indicate the capability of the vendor to meet all specifications and requirements in the SOW.
The vendor’s proposed price will be evaluated on the basis of price reasonableness. All prices must be considered fair and reasonable as determined by the Government. Price quote shall be held firm and valid for sixty (60) days (at minimum).
The completion and submission of the above items will constitute a quote and will be considered the vendor’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.
NOTE: Quotations determined to be technically unacceptable shall not be further evaluated for award. Of the technically acceptable quotations, the Government reserves the right to award to other than lowest price based upon a selection determined to be the best value to the Government, price and other factors considered.