Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2025 SAM #8692
SOLICITATION NOTICE

71 -- Reupholster Existing Berthing Couches

Notice Date
9/11/2025 6:09:01 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N0060425Q4135
 
Response Due
9/12/2025 8:00:00 PM
 
Archive Date
09/27/2025
 
Point of Contact
KYLE QUINTAL, Phone: 8086037606
 
E-Mail Address
kyle.p.quintal.civ@us.navy.mil
(kyle.p.quintal.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, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13, 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 both SAM.gov and NECO (https://www.neco.navy.mil/). The RFQ number is N0060425Q4135. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-05 and DFARS Change 01/17/2025. 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 337127 and the Small Business Standard is 500 Employees. This action is a 100% small business set-aside. The Small Business Office concurs with this set-aside decision. The NAVSUP Fleet Logistics Center, Pearl Harbor, Regional Contracting Office requests responses from qualified sources capable of providing: CLIN � 0001: Repair of Ship Berthing Couches. Description of Work: Reupholster existing couches in berthing areas as specified below, IAW MIL-PRF 32038; upholster with artificial leather and new reinforced cushions per CID A-A-59517, Class 4; Condition A. Repair damaged pieces including missing springs. Fabricate and install back panels. Color: Navy Blue OPS BERTHING Three-seater (2) Size: 57�x32�x33� Double (1) Size: 73.5�x32�x33� FEMALE Three-seater (1) with new cushions only (4) 25� x 22� x 3� COMBAT Double seater (3) 57� x 30.5� x 27� ENGINEERING Three-seater (4) Size: 77"" x 30"" x 28"" MEDICAL Cover for medical exam table (2) 60� x 30� x 9� Waiting area bench (1) 40� x 15� x 3� this isn�t a cover. SUPPLY Three-seater (1) 78� x 30� x 27� Double-seater (2) 55.5� x 30� x 27� Single sitting for phone area Not a couch, it�s like a small bench 36� x 15� x 3� Delivery: 1st Week of Nov 2025 Place of Performance: Joint Base Pearl Harbor Hickam, Hawaii. Method of Payment: Government Commercial Purchase Card (GCPC) Contract type: Firm-Fixed Price (FFP) Attachments: Attachment 1: Combined Synopsis Solicitation Attachment 2; FAR 52.204- 24 Reps Regarding Certain Telecom Attachment 3: FAR and DFARS Prov and Clauses Basis for Award Evaluation Criteria: Award decision will be made using the Lowest Priced Technically Acceptable (LPTA) method. The final contract award will be based on a determination of responsibility and the lowest priced technically acceptable offer. Price: Quoters shall submit a price for CLIN 0001. In determining whether a price is fair and reasonable, the Government may use historical data, independent Government estimates in its price analysis, or any other technique permissible by FAR 13.106-3 and FAR 15.404-1(b). Please submit a breakdown of all costs associated with the requirement and a total cost calculation. Technical: To be rated acceptable, the Quoter must submit a quote that includes all of the requested work and items under CLIN 0001 that is described in the Description of Work. Technical Acceptability will be rated on an ACCEPTABLE or UNACCEPTABLE basis using the ratings in the table below. Technical Acceptable/Unacceptable Ratings Adjectival Rating Description: Acceptable Offer clearly meets the minimum technical requirements of the solicitation. Unacceptable Offer does not clearly meet the minimum technical requirements of the solicitation. Responsibility Determination: To be eligible for award of a purchase order hereunder, the Quoter must be determined by the Contracting Officer to be a responsible Quoter in accordance with FAR 9.1. The Government may utilize a combination of various Government database repositories used to determine that a contractor is responsible. Such sources include but are not limited to the following: System for Award Management (SAM), Past Performance Information Retrieval System (PPIRS), Supplier Performance Risk System (SPRS) and or the Federal Awardee Performance and Integrity Information System (FAPIIS). Furthermore, the Procuring Contracting Officer (PCO) may request additional information from the prospective Quoter that was NOT previously identified in the solicitation to satisfy the standards under FAR 9.104. All offerors shall include a completed copy of the FAR 52.212-3 (Deviation) and Alt I located in Attachment 3: FAR and DFARS Prov and Clauses with their offer or provide a statement. Failure to include this attachment OR provide a statement with your offer, may result in your offer being deemed unresponsive. If your annual representations and certifications are current in the System for Award Management (SAM), complete only paragraph (b)(2) (on page 19 of attachment) by filling out SAM Record is up to date in paragraph b. Instructions for attachment FAR 52.204-24 - Reps Regarding Certain Telecommunications, The offeror shall complete the representation at paragraph (d)(1) of this provision if the offeror has represented that it does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument in paragraph (c)(1) in the provision at 52.204-24, Covered Telecommunications Equipment or Services�Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. Questions: Questions shall be submitted to Kyle Quintal, Contract Specialist, by email to kyle.p.quintal.civ@us.navy.mil by 11 AM (Hawaii Standard Time) on 12 Sep 2025. Oral queries will NOT be accepted. Other methods of submitting questions will NOT be acknowledged or addressed. Since the submittal of questions may result in amendments to the RFQ, it is imperative that questions be submitted as soon as possible. All questions and answers will be submitted via an amendment to the original solicitation. Quotes: This solicitation will close at 5 PM (Hawaii Standard Time) on 15 Sep 2025. Quotes shall be received by email to Kyle Quintal, Contract Specialist, by email to kyle.p.quintal.civ@us.navy.mil. Oral communications are NOT acceptable in response to this notice. All responsible sources may submit a quote by the solicitation close date shall be considered by the agency. All quotes shall include price(s), a point of contact, name and phone number, business size, CAGE code and payment terms. Quoters are advised that delays can be experienced with the Governments email system. Additionally, the email system capacity for each email is 10 MB. Emails greater than 10 MB will not be delivered and, consequently, will not be considered. Therefore, quotations exceeding the size limit must be sent via multiple emails. Zip Files are not accepted. Quotes will not be accepted by facsimile. Oral quotes will not be accepted. Each response must clearly indicate the capability of the Quoter to meet all specifications and requirements. Late quotes will NOT be considered. Delivery delays that cause a quote to be late are NOT the responsibility of the government agency and such late quotes will not be accepted. It is emphasized that this is combined solicitation/synopsis is issued in accordance with the procedures of FAR Parts 13 and 13.106-2(b)(3), which are intended to streamline source selection and be minimally burdensome for both the Government and the Quoters interested in competing for this requirement. The following FAR and DFARS provisions and clauses are applicable to this procurement contained in attachment 3.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/85e6084c22a94ef0804217cc6df34076/view)
 
Place of Performance
Address: 96707, USA
Zip Code: 96707
Country: USA
 
Record
SN07587915-F 20250913/250911230053 (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.