Closed Solicitation · DEPT OF DEFENSE

    2025 DDG121 HABITABILITY REQUIREMENT

    Sol. N0060425Q4099Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)PEARL HARBOR, HI
    Closed
    STATUS
    Closed
    closed Jul 17, 2025
    POSTED
    Jul 15, 2025
    Publication date
    NAICS CODE
    532490
    Primary industry classification
    PSC CODE
    W081
    Product & service classification

    AI Summary

    The Department of Defense is seeking qualified small businesses to provide a habitability upgrade for shipboard spaces on the USS Petersen (DDG 121) under solicitation N0060425Q4099. The project requires delivery within 180 days and will be conducted at Joint Base Pearl Harbor Hickam, Hawaii. Bidders must submit technical and price quotes, including a completed price matrix and FAR provisions. Questions are due by July 16, 2025, and all submissions must be timely to be considered.

    Contract details

    Solicitation No.
    N0060425Q4099
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    July 15, 2025
    Response Deadline
    July 17, 2025
    NAICS Code
    532490AI guide
    PSC / Class Code
    W081
    State
    HI
    ZIP Code
    96860-4549

    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 N0060425Q4099. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-04 and DFARS Publication Notice 20250117. 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

    Unit of Issue – Group, QTY – (1)

    DESCRIPTION – Habitability Upgrade for Shipboard Spaces – USS Petersen (DDG 121) in accordance with the Statement of Work (SOW)

    Delivery Date: NLT 180 ADC

    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 N0060425Q4099

    Attachment 2: Statement of Work (SOW)

    Attachment 3: Quote Submittal Spreadsheet (shall be used to provide all costs)

    Attachment 4: Provisions FAR 52.212-3 (MAY 2024) & Alt I, and FAR 52.204- 24 (Nov 2021)

    Questions: Questions shall be submitted to Carter Garrison at richard.c.garrison.civ@us.navy.mil no later than 17:00PM HST on 16JUL2025.

    Evaluation

    Factor 1: Technical

    At a minimum, the Quoter’s Technical Quote shall:

    a. Demonstrate the firm’s ability to meet the government’s requirements as outlined

      within the solicitation and supporting attachments.

    Factor 2: Price

    At a minimum, the Quoter’s Price Quote shall:

    1. Identify the cost for all tasks in the SOW under CLIN 0001 by completing the “Attachment 03- N0060425Q4099 Price Matrix” and submitting it as part of their quote.

    Quoters are reminded to complete Attachment 4, FAR Provisions 52.212-3 Alt 1 and 52.204-24. Instructions contained within attachment.

    All quotes shall include a vendor point of contact, name, phone number, and e-mail address, which can be

    completed at the top of “Attachment 3- Quote Submittal Sheet N0060425Q4099”.

    Quoters are responsible for ensuring timely submissions are received by the POC identified in the solicitation.

    The government is not responsible for late or lost submissions.

    Basis for Award

    The Government will award to the responsible Quoter whose quote is technically acceptable and most advantageous to the government, price and other factors considered. By providing a quote, Quoter acknowledges they take no exceptions to the SOW, solicitation, or any instruction contained therein.

    Quoters are advised that the quotation meeting the solicitation requirements with the lowest price may not be selected for award if award to a higher priced Quoter is determined to be more advantageous to the Government.  However, the perceived benefits of the higher priced quotation must merit the additional price.

    Factor 1: Technical

    The Government will evaluate the Quoter’s Technical Capabilities based on the following:

    1. The Quoter demonstrates within their quote the ability to meet the government’s requirements as outlined within the solicitation and supporting attachments.

    Factor 2: Price

    a.         The quote will be reviewed for mathematical correctness in all computations, making sure that all prices are summarized correctly to ensure completeness and accuracy. Changes to the evaluation quantities, blanks or zeros in the pricing columns, and/or mathematical mistakes are subject to clarification for confirmation of the Quoter’s intent. “Attachment 3- N0060425Q4099 Quote Submittal Spreadsheet” must be submitted it as part of the quote.

    Rating Method: Technical will be rated on an acceptable or unacceptable basis. A quotation is technically acceptable if the quotation addresses the solicitation requirements and demonstrates good probability of success in meeting the performance objectives. A quotation is technically unacceptable if it fails to address the solicitation requirements or demonstrates a low probability of success in meeting the performance objectives.

    Quotation submittal: Quotes to include Attachments 3 and 4 shall be submitted via email to Carter Garrison at richard.c.garrison.civ@us.navy.mil no later than 17:00PM HST on Wednesday, 16JULY2025 . No other method will be accepted in response to this notice.

    System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.

    Key dates

    1. July 15, 2025Posted Date
    2. July 17, 2025Proposals / Responses Due

    Frequently asked questions

    2025 DDG121 HABITABILITY REQUIREMENT is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.