Closed Solicitation · DEPT OF DEFENSE

    INSTALLATION OF CARPET AND CEILING TILES

    Sol. N0040625QS359SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)BREMERTON, WA
    Closed
    STATUS
    Closed
    closed Aug 8, 2025
    POSTED
    Jul 28, 2025
    Publication date
    NAICS CODE
    238330
    Primary industry classification
    PSC CODE
    S214
    Product & service classification

    AI Summary

    The Department of Defense, specifically the Navy, is soliciting bids for the installation of carpet and ceiling tiles at the Fleet Logistics Center in Silverdale, WA. This firm fixed-price contract requires completion within 30 days post-award. Bidders must submit a complete proposal by August 8, 2025, and address any exceptions to the solicitation's terms. The evaluation will consider price, delivery, and past performance, with a single award anticipated for the best value offer.

    Contract details

    Solicitation No.
    N0040625QS359
    Notice Type
    Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    July 28, 2025
    Response Deadline
    August 8, 2025
    NAICS Code
    238330AI guide
    PSC / Class Code
    S214
    Primary Contact
    Denise Manor
    State
    WA
    ZIP Code
    98314-5100

    Description

    NOTICE TO ALL OFFERORS:
    The Government anticipates issuing a firm fixed-priced supply award in response to quotes/proposals received from this solicitation using FAR Parts 12 and 13.   A firm, fixed price contract places the maximum risk and full responsibility for all costs and resulting profit or loss on the contractor, offerors are advised to consider these risks when pricing their quotes/proposals.
    Pricing for the (1 JOB) shall be provided on the Price Breakdown Sheet included in this document.
    The work required must be completed no later than 30 days after award.

    1.    This solicitation is for the procurement of installation of carpet and ceiling tiles in support of Fleet Logistics Center, Puget Sound in Silverdale, WA.
    2.    The entire solicitation shall be filled out, signed, and returned as part of your quote. See block 8 on page 1 of the solicitation for the offer due time and date.
    3.    The deadline for submission of questions regarding the solicitation's terms, conditions, specifications, and/or the Statement of Work (SOW) /Performance Work Statement (PWS) is 1 day prior to the solicitation closing date.  Submit via email, to the Contract Specialist prior to the solicitation closing date of August 8,2025 at 12pm.

    Denise E. Manor
    Email: denise.e.manor.civ@us.navy.mil
    4. The Government intends to award to the responsible offeror whose offer provides the best value to the Government; price, delivery lead times and past performance considered. Offers will be evaluated in accordance with FAR 13.106-2(b)(3) to determine which response represents the "best" as a whole. The offer must conform to the solicitation. The Government reserves the right to award to other than the lowest price quote/offer in assessment of best value.
    5. SINGLE AWARD FOR ALL ITEMS: Due to the interrelationship of supplies/services to be provided hereunder, the Government reserves the right to make a single award to the quote whose quote/proposal is considered in the best interest of the Government, price and other factors considered. Therefore quotes/proposals with less than the entire effort specified herein may be determined to be unacceptable.
    6. "EXCEPTIONS" All quoters MUST note all exceptions from the solicitation's terms conditions, specifications, and/or the statement of work / performance work statement, if any. Any exceptions taken to specifications are REQUIRED to provide Technical Specification Sheets of the material providing. If technical specifications sheets not received with quote offer will be determined nonresponsive/non-compliant and will not be considered.  It will be assumed that any quote without mention of any exceptions will take no exception from all specifications, terms and conditions, clauses, or provisions within the solicitation."
    7. METHOD OF PAYMENT will be via Wide Area Workflow (WAWF) in accordance with DFARS 252.232-7006.
    8. Defense Biometric Identification System (DBIDS):
    Commander, Navy Installations Command (CNIC), has established the Defense Biometric Identification System (DBIDS) to improve management and force protection at Navy installations. https://dbids-global.dmdc.mil/home/. DBIDS is a standardized process for granting unescorted access privileges to vendors, contractors, suppliers, and service providers not otherwise entitled to the issuance of a Common Access Card (CAC) who seek access to and can provide justification to enter Navy installations and facilities. Visiting vendors may obtain daily passes directly from the individual Navy Installations by submitting identification credentials for verification and undergoing a criminal screening/background check. Alternatively, if the vendor so chooses, it may voluntarily elect to obtain long-term credentials through enrollment registration, backing vetting, screening, issuance of
    credentials through a designated independent contractor DBIDS service provider.

    Key dates

    1. July 28, 2025Posted Date
    2. August 8, 2025Proposals / Responses Due

    Frequently asked questions

    INSTALLATION OF CARPET AND CEILING TILES 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.