SOURCES SOUGHT
Y -- Demolition and Construction of Drinking Water Well
- Notice Date
- 12/11/2025 6:15:33 AM
- Notice Type
- Sources Sought
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- NAVAL RESEARCH LABORATORY WASHINGTON DC 20375-5328 USA
- ZIP Code
- 20375-5328
- Solicitation Number
- N0017326Q5801
- Response Due
- 12/25/2025 8:00:00 AM
- Archive Date
- 01/09/2026
- Point of Contact
- Yina Brooks
- E-Mail Address
-
yina.brooks.civ@us.navy.mil
(yina.brooks.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Naval Research Laboratory is searching for potential sources that are capable of meeting the approved SBA 8(a) follow-on requirement described in the attached draft Performance Work Statement (PWS) and Additional Requirement Details below. The intent of this RFI is to gauge industry interest, capabilities, and relevant experience to support NRL personnel in performing the requirements stated in the attached draft SOW capable vendors may respond to this posting for market research purposes. To aid industry in evaluating their ability to perform the requirement, the following �DRAFT� documents are attached: Attachment 1 � Statement of Work CONTRACTOR RESPONSE FORMAT The NRL asks that interested parties, at a minimum, supply the following information via email in Word or PDF format: Contact/Business Information Name of Company and Point of Contact (POC). Telephone number, address and e-mail address of POC. Business Size/Socioeconomic Categories and number of employees, CAGE. Technical Information a) Description of capabilities/resources relevant to the attached draft PWS. b) Prior experience of similar scope/complexity in the attached draft PWS. c) A list of any Navy, Department of Defense, federal, or commercial contracts performed during the past 5 years that are similar and/or related to the attached PWS. d) Any questions/suggestions related to the PWS. e) List of assumptions, if any, which were considered in formulating the response. Responses must be in a Microsoft Office compatible format and are due no later than 12/25/2025 Responses should be no more than 5 pages and should be emailed to the Contract Specialist at: yina.brooks.civ@us.navy.mil. Classified Material shall NOT be submitted. All information and data received in response to this RFI, if marked or designated as corporate or proprietary information, will be protected and handled as such. Interested parties are responsible for adequately marking proprietary or competition-sensitive information contained in their response. NOTE: THIS IS NOT A SOLICITATION. This is a Sources Sought Notice (SSN) for information and planning purposes only and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Since this is a SSN, no evaluation letters and/or results will be issued to the respondents. The Government is not committed to awarding a contract or issuing a solicitation pursuant to this announcement. No solicitation package is available at this time. If a solicitation is released, it will be synopsized on https.//sam.gov. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. Additional Requirement Details Anticipated Place of Performance The primary effort is anticipated to take place at: POMONKEY Site, Maryland 7425 Bumpy Oak Road La Plata, MD 20646 52.204-9 Personal Identity Verification of Contractor Personnel. (a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24 and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall account for all forms of Government-provided identification issued to the Contractor employees in connection with performance under this contract. The Contractor shall return such identification to the issuing agency at the earliest of any of the following, unless otherwise determined by the Government: (1) When no longer needed for contract performance. (2) Upon completion of the Contractor employee�s employment. (3) Upon contract completion or termination. (c) The Contracting Officer may delay final payment under a contract if the Contractor fails to comply with these requirements. (d) The Contractor shall insert the substance of this clause, including this paragraph (d), in all subcontracts when the subcontractor�s employees are required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. It shall be the responsibility of the prime Contractor to return such identification to the issuing agency in accordance with the terms set forth in paragraph (b) of this section, unless otherwise approved in writing by the Contracting Officer. (End of clause) 52.236-27 Site Visit (Construction) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) Site visits may be arranged during normal duty hours by contacting: Name: Yina Brooks Email: yina.brooks.civ@us.navy.mil (End of Provision) Alternate I (Feb 1995). If an organized site visit will be conducted, substitute a paragraph substantially the same as the following for paragraph (b) of the basic provision: (b) An organized site visit has been scheduled for- January 5 � 6, 2026 (c) Participants will meet at: POMONKEY Site, Maryland 7425 Bumpy Oak Road La Plata, MD 20646 52.237-1 Site Visit Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. 52.212-2 Evaluation�Commercial Products and Commercial Services. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Attendance of on-site visit (ii) technical capability of the item offered to meet the Government requirement; (iii) price; (iv) past performance (see FAR 15.304) Technical and past performance, when combined, are approximately equal to cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/98c624ec8bfe431aadfc3b2f7fbb28ba/view)
- Place of Performance
- Address: La Plata, MD 20646, USA
- Zip Code: 20646
- Country: USA
- Zip Code: 20646
- Record
- SN07664268-F 20251213/251211230041 (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 |