This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.
Solicitation Number N62789-25-Q-0012 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 the Federal Acquisition Circular, FAC-2025-03, effective January 17, 2025.
This is a 100% small business set aside. NAICS CODE: 336612 Size Standard: 1,000.
The contractor shall provide documentation stating they are a certified SURVITEC and Zodiac authorized maintenance provider. Only qualified vendors shall therefore be considered for this award.
This solicitation requires the use of GFP. Offerors must provide a description of their property management system per FAR 45.201(c)(4) or confirmation of a property management system that has been reviewed and approved per DFARS 242.302 which meets the requirements of FAR 245-1(f).
The intended period of performance is date of award through 15 July 2025.
CLIN 0001: Inspect & Certify (2) Survitec Life Rafts. See statement of work for full details.
CLIN 0002: Inspect & Certify (1) Zodiac Life Raft. See statement of work for full details.
CLIN 0003: Pickup/Delivery. Vendor to state costs related to the pickup/delivery of the life rafts. (FOB Destination) to/from the Government facility. Pickup and Delivery must be accomplished Monday - Friday between 0700 and 1330 EST.
SUBASE NEW LONDON CT
BLDG 614 / Scamp Ave
Groton, CT 06340
**TAKE NOTE OF REQUIREMENT FOR ENTRY TO THE GOVERNMENT FACILITY PER NOTE 4.2 OF THE SPECIFICATION. IF PICKUP/DELIVERY COSTS ARE INCLUDED IN THE INSPECTION AND CERTIFICATION, QUOTE MUST STATE SUCH**
Quote should be broken down in the following fashion:
Inspection/Certification for CLIN 0001: $X.XX
Inspection/Certification for CLIN 0002: $X.XX
Pickup/Delivery: $X.XX
TOTAL COST OF QUOTE: $X.XX
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 quotations 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.
Quotes are due prior to 0800 EST, 05 May 2025. Late submissions will not be accepted.
Offers should be submitted via electronic commerce. The electronic address for receipt of offers is: kyle.r.berg3.civ@us.navy.mil AND stephanie.l.neale.civ@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 are unacceptable.