SOLICITATION NOTICE
X -- NNSY 2025 Graduation Ceremony
- Notice Date
- 9/5/2025 11:53:20 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- NORFOLK NAVAL SHIPYARD GF PORTSMOUTH VA 23709-1001 USA
- ZIP Code
- 23709-1001
- Solicitation Number
- N4215825QB064
- Response Due
- 9/15/2025 6:00:00 AM
- Archive Date
- 09/30/2025
- Point of Contact
- Glenda Jordan
- E-Mail Address
-
glenda.s.jordan3.civ@us.navy.mil
(glenda.s.jordan3.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13.5, 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 the GPE at SAM.gov | Contract Opportunities The RFQ number is N4215825QB060. This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2025-05 and the DFARS Change Notice January 17, 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/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 531120 and the Small Business Standard is 34,000,000. The Small Business Office concurs with the set-aside determination. The Norfolk Naval Shipyard Contracting Department requests responses from qualified sources capable of providing a graduation ceremony that is in accordance with the attached Statement of Work (SOW): Period of performance is a date (one date) between October 1, 2025, to December 22, 2025; Delivery Location will be determined by the location of the venue. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.222-19 Child Labor�Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.239-1 Privacy or Security Safeguards All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7998 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements� Representation (Deviation 2015-O0010) 252.203-7999 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (Deviation 2015-O0010) 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management 252.204-7007 Alternate A, Annual Representations and Certifications 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information [for services only] 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding Covered Defense Info and Cyber Incident Reporting 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law�Fiscal Year 2015 Appropriations. 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7010 Levies On Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel [for services only] 252.244-7000 Subcontracts For Commercial Items This announcement will close at 9:00AM on Monday September 15th, 2025. Contact Glenda Jordan who can be reached at via email at glenda.s.jordan3.civ@us.navy.mil . A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements IAW the Statement of Work . To be considered for this opportunity, all quotes shall be submitted in either Microsoft Word, Excel spreadsheet or Adobe PDF. Quote must include price(s), FOB Destination, a point of contact, name and phone number, business size, and payment terms. An award will be made based on Lowest Price Technically Acceptable (LPTA). Each quote must clearly indicate the capability of the vendor to meet all specifications and requirements in the SOW. The vendor�s proposed price will be evaluated on the basis of price reasonableness. All prices must be considered fair and reasonable as determined by the Government. Price quote shall be held firm and valid for sixty (60) days (at minimum). The completion and submission of the above items will constitute a quote and will be considered the vendor�s unconditional assent to the terms and conditions of this solicitation and any attachments and/or exhibits. Failure to provide all of these documents by the required date and time may preclude a quotation from award consideration at the discretion of the Government. NOTE: Quotations determined to be technically unacceptable shall not be further evaluated for award. Of the technically acceptable quotations, the Government reserves the right to award to other than lowest price based upon a selection determined to be the best value to the Government, price and other factors considered.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9e750105db154b11a179d9a83489b482/view)
- Place of Performance
- Address: Portsmouth, VA 23709, USA
- Zip Code: 23709
- Country: USA
- Zip Code: 23709
- Record
- SN07580031-F 20250907/250905230043 (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 |