Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 28, 2025 SAM #8676
SOLICITATION NOTICE

W -- Forklift

Notice Date
8/26/2025 11:23:14 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018925Q0450
 
Response Due
8/27/2025 10:00:00 AM
 
Archive Date
09/11/2025
 
Point of Contact
Nadia Misa, Phone: 7574431445
 
E-Mail Address
nadia.misa.civ@us.navy.mil
(nadia.misa.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 the information in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation of Commercial Items and FAR Part 13, Simplified Acquisition Procedures as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on SAM.gov. The internal RFQ number is N0018925Q0450. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-04 (effective 11 June 2025) and DFARS Publication Notice 20250117 (effective 17 January 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/far/ https://www.acquisition.gov/dfars The associated North American Industrial Classification System NAICS code is 532490 and the Small Business Standard is $40,000,000. This requirement is a Small Business Set-Aside and only qualified sellers may submit quotes. All questions must be received by 10:00 AM, Tuesday, 26 August 2025. The proposed contract action is for commercial services for which the Government intends to solicit and award a a Firm, Fixed Price contract. The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk requests responses from qualified sources capable of providing required supplies. SECURITY: The Contractor�s employees must pass a U.S. Government Background Check conducted by the Naval Support Activity Annapolis Security Department in order, to gain access to the USNA complex. The Security Point of Contact is shown above. PERIOD OF PERFORMANCE: The period of performance will consist of a 12-month base period, four 12-month option periods and FAR 52.217-8 Option to Extend Services for up to 6 months. SEPT 1, 2025 to AGU 31, 2030 and FAR 52.217-8 to FEB 28, 2031. PLACE OF PERFOMANCE: All equipment will be stored at the following locations: NAVSUP Annapolis Shipping & Receiving (BLDG. 234NS) 234 Halligan Road Annapolis, MD 21402 NAVSUP Annapolis HAZMIN Center (Bldg. 619) 175 Yew Street Annapolis, MD 21402 List of Attachments: I. Solicitation N0018925Q0450 II. Performance Work Statement (PWS) This announcement will close at 1 PM EST Wednesday 27 August 2025. All responsible sources may submit a quote to Nadia Misa at nadia.misa.civ@us.navy.mil NO LATER THAN 1 PM EST WEDNESDAY 27 August 2025. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1ba8ebc162d944a7a2dbd1d90bdd96eb/view)
 
Place of Performance
Address: Annapolis, MD 21402, USA
Zip Code: 21402
Country: USA
 
Record
SN07566682-F 20250828/250826230045 (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.