AMENDMENT 1: This amendment it to add attachement Ref 2.1 SUBASE CASE COMMANDER ENGRAVED 68 TAGS which was erroneously omitted from the original solicitation.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the
format in FAR subpart 12.6, as supplemented with additional information included in this notice. Solicitation Number N6278925R0010 is issued as a request for quotation (RFQ) with the intent to issue one firm fixed price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC-2025-3 dated 17 January 2025. This is 100% small business set-aside. NAICS Code: 339940, size standard: 750.
Contractor Shall provide:
CLIN 0001: Two (2) Case Commander Incident Command Systems, USA Edition.
CLIN 0002: Two (2) Case Commander Radio Holders (one for each Incident Command System). The holders shall facilitate radios with the following dimensions (H x W x D): 6.15” x 2.3” x .92”
CLIN 0003: Three (3) sets of engraved tags in accordance with reference 2.1 of the Specification
CONTRACTOR TO PROVIDE A QUOTE BROKEN DOWN IN THE FOLLOWING MANNER:
CLIN1- Quantity (2) $X.XX cost for EACH = CLIN Total $XXX
CLIN 2: Quantity (2) $X.XX cost for EACH = CLIN Total $XXX
CLIN 3: Quantity (3) $X.XX cost for EACH = CLIN Total $XXX
CLIN 4: $X.XX SHIPPING Contractor shall Deliver/Ship to (FOB Destination). Delivery must be accomplished between Monday-Friday between 0700 and 1330 EST.
CLIN 1 Total +CLIN 2 Total + CLIN 3 Total + Shipping = $X.XX TOTAL Contract Price
Delivery Location is as Follows:
Naval Submarine Base New London
Argonaut Road, NSSF R6 (Bldg. 17)
Groton, CT 06349-5000
M/F: Jim Crudden
Phone: 860-694-2424
The Government will evaluate the total offers for award purposes by adding the total price for all line items. Evaluation of all line items will not obligate the Government to award all line items. The Government intends to evaluate quotes and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.
Proposals are due prior to 5:00PM EST, 09 April 2025. Late submissions will not be accepted. Offers should be submitted in PDF format via email to stephanie.m.brass.civ@us.navy.mil AND stephanie.l.neale@us.navy.mil. Offerors should identify the RFQ number in the Subject Line of the email. Offerors are advised to submit electronic documents early and confirm successful transmission/receipt.
The System for Award Management (SAM) is a Government-maintained database of companies wanting to do business with the Government. A firm must register and be active in SAM to receive a Federal award. Register at: https://sam.gov/SAM/pages/public/index.jsf. The Government reserves the right to award one line, all line items or any combination thereof. If multiple line items are awarded, costs/prices for each line item will be totaled and award amount will be based on that total.
Award will be made to the responsible offeror whose offer, conforming to the solicitation, is determined to be the best overall value, price and other factors considered. In determining the best overall response, the combined non-cost/price factors are more important than the cost/price factor; however, cost/price is a significant factor. The Government may select for award the offeror whose price is not necessarily the lowest, but whose technical proposal is more advantageous to the Government and warrants the additional cost. Offerors must satisfy the requirements described in the performance criteria, as well as other RFQ requirements. Offers that take exception to any performance criteria or name brand are unacceptable.