SOLICITATION NOTICE
71 -- 7215 - WELDED GEAR LOCKERS
- Notice Date
- 9/12/2025 10:57:24 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337215
— Showcase, Partition, Shelving, and Locker Manufacturing
- Contracting Office
- NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
- ZIP Code
- 92136
- Solicitation Number
- N0024425QS015
- Response Due
- 9/17/2025 6:00:00 AM
- Archive Date
- 10/02/2025
- Point of Contact
- Jheanna Poblete, Phone: 6195565361
- E-Mail Address
-
jheanna.u.poblete.civ@us.navy.mil
(jheanna.u.poblete.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 Simplified Acquisition Procedures and 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-25-Q-S150. The solicitation document and incorporated provisions and clauses are those in effect through latest Federal Acquisition Circular and DFARS change notices. This solicitation is issued as full and open competition NAICS Code 337215 Showcase, Partition, Shelving, and Locker Manufacturing size is 500 Employees. The solicitation will start on the date this solicitation is posted and will end on 17 September 2025 6:00 PM Pacific Standard Time. Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov to be considered for this solicitation. Requirements ************************************************************************** NAWDC SEAWOLF operates in demanding and dynamic environments, both in the air and on the ground, requiring gear for helicopter operations and Opposing Forces (OPFOR) support. Currently, SEAWOLF lacks a dedicated storage solution to accommodate the volume and variety of gear required for missions. The acquisition of gear lockers will provide a centralized, secure, and organized storage location for all pilots and aircrew. This will ensure the safekeeping, and streamline gear management. These lockers will also help maintain accountability and prolong the lifespan of issued gear through proper storage. Refer to Performance Work Statement for full detail. Refer to Solicitation Attachment for additional instructions. Delivery: 30 Days ARO Location(s): Refer to Performance Work Statement Inspection and acceptance: At Destination by the Government. Contract Type: Order/ Contract resulting from this solicitation will be Firm Fixed Price (FFP). This solicitation documents and incorporates provisions and clauses in effect through the latest FAC and DFARS change notices. 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 Post Award Contract Administration will be performed by NAVSUP Fleet Logistics Center San Diego, Code 250. Payment: The US Navy anticipates using Wide Area Workflow (WAWF) to pay invoices IAW DFAR 252.232-7003 and DFARS 252.232-7006. Additional NOTE 1: NAVSUP Fleet Logistic Center San Diego is planning to purchase the stated services listed within the Statement of Work using simplified acquisition procedures from Lowest Price Technically Acceptable offerors, IAW FAR 13.106-2(b). NOTE 2: Failure to complete package will result in rejection of quotation. The Buy American Act applies to this procurement, unless an exception applies. NOTE 3: New equipment only; No remanufactured or ""gray market"" or �refurbished� items. All items must be covered by the manufacturer's warranty. NOTE 4: No partial bids allowed. No partial shipments permitted, unless specifically authorized at the time of award. NOTE 5: The contract award will include award/points of contact/invoicing or payment information. NOTE 6: The method of payment for this procurement shall be Wide Area Work Flow WAWF system in Accordance with DFAR 252.232-7006. NOTE 7: FOB Destination. NOTE 8: Quotes shall include lead-time, assembly, place of manufacture, shipping, freight, and other related delivery expenses.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/4031b59f06d84d119308ebfe721673c7/view)
- Place of Performance
- Address: Fallon, NV, USA
- Country: USA
- Country: USA
- Record
- SN07589477-F 20250914/250912230046 (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 |