Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2025 SAM #8693
MODIFICATION

71 -- Solicitation- Notice of Intent to Use Mandatory Source - FPI (UNICOR)

Notice Date
9/12/2025 2:22:48 PM
 
Notice Type
Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
NORFOLK NAVAL SHIPYARD GF PORTSMOUTH VA 23709-1001 USA
 
ZIP Code
23709-1001
 
Solicitation Number
N421825QN89
 
Response Due
9/16/2025 10:00:00 AM
 
Archive Date
09/17/2025
 
Point of Contact
Audrey Franklin, SHEILA ANDERSON
 
E-Mail Address
audrey.m.franklin2.civ@us.navy.mil, SHEILA.Y.ANDERSON@NAVY.MIL
(audrey.m.franklin2.civ@us.navy.mil, SHEILA.Y.ANDERSON@NAVY.MIL)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This is a SOLICITATION for commercial SUPPLIES prepared in accordance with the information in FAR Parts 12 and 13 under the authority of FAR 8.002(a)(1)(iii). This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation SHALL be posted on Contract Opportunities (https://sam.gov/). This is a Request for Quotations (RFQ). The solicitation number is N421825QN089. The proposed contract action is for commercial SUPPLIES. The NAICS code is 337214 and the Small Business Standard is $19 Million. A firm-fixed-price (FFP) type contract is contemplated. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-05 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/browse/index/far and https://www.acquisition.gov/dfars. The Naval Norfolk Shipyard Portsmouth intends to solicit Federal Prison Industries (UNICOR) (CAGE: 1XFF6) on a sole source basis. Pursuant to FAR 8.002(a)(1)(iii) and FAR 6.302-5(b)(1) Federal Prison industries, Inc. (UNICOR) is a Mandatory Government Source. The proposed contract action is for Office Chairs. Interested persons may submit a capability statement by the specified response date. This notice of intent is not a request for quotes from any source other than Federal Prison Industries (UNICOR) (CAGE: 1XFF6). However, the Government will consider information received by the specified response date. Information received as a result of this notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed procurement action based upon responses received is solely within the discretion of the Government. The Government will not pay for information submitted in response to this notice. Line Items/CLIN Type/Description/Quantity/Unit of Issue: CLIN 0001 - FFP � RAV2550-Raven Mid-Back Task Seating - QTY 14 EACH; CLIN 0002 - FFP � CRI501 Cricket Stacking guest chair - QTY 9 EACH; CLIN 0003 - FFP � EC421-EC4 Executive guest chair - QTY 18 EACH; CLIN 0004 - FFP � CRI533 Cricket Bariatric Stacking - QTY 1 EACH; CLIN 0005 - FFP � CRI500F Cricket Stacking Guest Chair- QTY 3 EACH; CLIN 0006 - FFP � BL2100 Bless Mid- Back Task Chair - QTY 50 EACH CLINS 0007-0010 - FFP - are related to installation costs Delivery POC: Government point of contact to be determined prior to award. Performance/Delivery: Performance/delivery is anticipated to occur at the customers facility unless otherwise specified in the Requirement Specifications of the attached RFQ. Delivery of the required supplies is anticipated to occur within 90 days after award. The anticipated delivery dates are listed below: CLIN 0001-CLIN 0006 90 days after award Responsibility and Inspection: FOB Destination applies. Unless otherwise specified in the resultant purchase order, the contractor is responsible for the performance of all inspection requirements and quality control. The Requirements Statement: See the attached RFQ N421825QN089 document for more detailed information. The Statement of Work is found on pages 5-7 of Solicitation SF-1449 (N421825QN089). Clauses and Provisions: The following provisions and clauses apply to this solicitation: - 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. - 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 Quoters are advised to include a completed copy of the provision at 52.212-3, Offerors Representations and Certifications - Commercial Items. Additional contract requirements, terms, and conditions determined by the contracting officer to be necessary for this acquisition are provided in the attached documentation. 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/. The solicitation closes at 1:00 PM EDT on Tuesday, 16 September 2025. All quotes shall be submitted in writing via email to Ms. Sheila Y. Anderson who can be reached at Sheila.y.anderson5.civ@us.navy.mil. Any quote attachments shall be in PDF or Microsoft Word or Excel formats as applicable.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/8f692b91c1714f68a51d33bdc473534f/view)
 
Place of Performance
Address: Portsmouth, VA 23709, USA
Zip Code: 23709
Country: USA
 
Record
SN07588522-F 20250914/250912230039 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.