Closed Solicitation · DEPT OF DEFENSE

    N3904025Q4924- BRAND NAME MANDATORY- FEDERAL SIGNAL WALL MOUNT

    Sol. N3904025Q4924Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)PORTSMOUTH, NH
    Closed
    STATUS
    Closed
    closed Sep 5, 2025
    POSTED
    Aug 26, 2025
    Publication date
    NAICS CODE
    334310
    Primary industry classification
    PSC CODE
    5831
    Product & service classification

    AI Summary

    The Department of the Navy is seeking quotes for 13 Federal Signal Intercoms Model #310-MV-MNC24VDC/120VAC/240VAC. This is a brand name mandatory procurement under a total small business set-aside. Proposals are due by September 5, 2025, and must be submitted via email.

    Contract details

    Solicitation No.
    N3904025Q4924
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    August 26, 2025
    Response Deadline
    September 5, 2025
    NAICS Code
    334310AI guide
    PSC / Class Code
    5831
    Primary Contact
    Gordon Roberts III
    State
    NH
    ZIP Code
    03801-5000
    AI Product/Service
    product

    Description

    COMBINED SYNOPSIS/SOLICITATION NOTICE:

    Requirement Title: procurement of 13 Federal Signal Intercoms Model #310-MV-MNC24VDC/120VAC/240VAC, Industrial, Wall Mount

    Solicitation Number: N3904025Q4924

    Response Deadline: 09/05/2025 @1200 EST

    POC: Gordon Roberts III (gordon.j.roberts1@navy.mil); 207-451-7119

    Portsmouth Naval Shipyard, Kittery, ME

    GENERAL INFORMATION:

    1. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and 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.

    2. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-05 and DFARS Change Notice 2025-0117. 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/browse/index/far    and   http://www.acq.osd.mil/dpap/dars/change_notices.html.

    3. This solicitation is being issues as a(n): Request For Quotation (RFQ)

    4. This acquisition is for: Brand Name Mandatory Total Small Business Set Aside

    5. North American Industry Classification System Code (NAICS): 334310 “Audio and Video Equipment Manufacturing”

    6. The size standard is: 750 Employees

    REQUIREMENT INFORMATION:

    The Portsmouth Naval Shipyard requests responses from sources capable of providing the following: BRAND NAME MANDATORY-13 Federal Signal Intercoms Model #310-MV-MNC24VDC/120VAC/240VAC, Industrial, Wall Mount

    • Required Delivery Date: 9/30/2025
    • Place of Performance: The Portsmouth Naval Shipyard, Kittery Maine.

    METHOD OF PROPOSAL SUBMISSION:

    Offers shall be emailed. All responsible sources may submit a quote which shall be considered by the agency.

    System for Award Management (SAM): Vendors 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/.

    CLAUSES:

    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:

    52.203-18

    Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements—Representation

    52.204-2

    Security Requirements

    52.204-7

    Disclosure of Information

    52.204-8

    Annual Representations and Certifications

    52.204-10

    Reporting Executive Compensation and First-Tier Subcontract Awards

    52.204-13

    System for Award Management Maintenance

    52.204-16

    Commercial and Government Entity Code Reporting

    52.204-17

    Ownership or Control of Offeror

    52.204-18

    Commercial and Government Entity Code Maintenance

    52.204-19

    Incorporation by Reference of Representations and Certifications

    52.204-20

    Predecessor of Offeror

    52.204-21

    Basic Safeguarding of Covered Contractor Information Systems

    52.204-22

    Alternative Line Item Proposal

    52.204-23

    Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities

    52.204-24

    Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

    52.204-25

    Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

    52.204-26

    Covered Telecommunications Equipment or Services--Representation

    52.209-2

    Prohibition on Contracting with Inverted Domestic Corporations—Representation

    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

    52.209-11

    Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law

    52.211-16

    Variation in Quantity

    52.211-17

    Delivery of Excess Quantities

    52.212-1

    Instructions to Offerors—Commercial Products and Commercial Services

    52.212-2

    Evaluation—Commercial Products and Commercial Services

    52.212-4

    Contract Terms and Conditions—Commercial Products and Commercial Services

    52.212-5

    Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services. (DEVIATION 2025-O0003 and 2025-O0004)  

    52.215-1

    Instructions to Offerors—Competitive Acquisition

    52.215-6

    Place of Performance

    52.217-5

    Evaluation of Options

    52.217-8

    Option to Extend Services

    52.217-9

    Option to Extend the Term of the Contract

    52.219-1

    Small Business Program Representations

    52.219-6

    Notice of Total Small Business Set-Aside

    52.219-28

    Post-Award Small Business Program Representation

    52.222-3

    Convict Labor

    52.222-19

    Child Labor—Cooperation with Authorities and Remedies

    52.222-50

    Combating Trafficking in Persons

    52.223-5

    Pollution Prevention & Right-To-Know Information

    52.225-13

    Restrictions on Certain Foreign Purchases

    52.225-25

    Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications

    52.226-7

    Drug-Free Workplace

    52.226-8

    Encouraging Contractor Policies to Ban Text Messaging While Driving

    52.232-33

    Payment by Electronic Funds Transfer—System for Award Management

    52.232-36

    Payment by Third Party

    52.232-39

    Unenforceability of Unauthorized Obligations

    52.232-40

    Providing Accelerated Payments to Small Business Subcontractors

    52.233-1

    Disputes

    52.233-3

    Protest after Award

    52.233-4

    Applicable Law for Breach of Contract Claim

    52.237-2

    Protection of Government Buildings, Equipment, and Vegetation

    52.244-6

    Subcontracts for Commercial Products and Commercial Services

    52.246-4

    Inspection of Services—Fixed-Price

    52.247-34

    F.o.b. Destination

    52.252-2

    Clauses Incorporated by Reference

    52.252-5

    Deviations in Provisions

    52.252-6

    Authorized Deviations in Clauses


     

    Additional DFARS 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

    252.203-7005

    Representation Relating to Compensation of Former DoD Officials

    252.204-7003

    Control of Government Personnel Work Product

    252.204-7008

    Compliance with Safeguarding Covered Defense Information Controls

    252.204-7009

    Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information

    252.204-7012

    Safeguarding Covered Defense Information and Cyber Incident Reporting

    252.204-7015

    Notice of Authorized Disclosure of Information for Litigation Support

    252.204-7016

    Covered Defense Telecommunications Equipment or Services--Representation

    252.204-7017

    Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation

    252.204-7018

    Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

    252.204-7019

    Notice of NIST SP 800-171 DoD Assessment Requirements

    252.204-7020

    NIST SP 800-171 DoD Assessment Requirements

    252.204-7024

    Notice on the use of the Supplier Performance Risk System

    252.215-7010

    Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data--Basic

    252.215-7012

    Requirements for Submission of Proposals via Electronic Media

    252.215-7013

    Supplies and Services Provided by Nontraditional Defense Contractors

    252.223-7004

    Drug-Free Work Force

    252.223-7008

    Prohibition of Hexavalent Chromium

    252.225-7012

    Preference for Certain Domestic Commodities

    252.225-7031

    Secondary Arab Boycott of Israel

    252.225-7048

    Export-Controlled Items

    252.232-7003

    Electronic Submission of Payment Requests and Receiving Reports

    252.232-7006

    Wide Area WorkFlow Payment Instructions

    252.232-7010

    Levies on Contract Payments

    252.237-7010

    Prohibition on Interrogation of Detainees by Contractor Personnel

    252.243-7001

    Pricing of Contract Modifications

    252.244-7000

    Subcontracts for Commercial Products or Commercial Services

    252.247-7023

    Transportation of Supplies by Sea--Basic

    C-202-H001     ADDITIONAL DEFINITIONS--BASIC  (NAVSEA) (OCT 2018)

    C-204-H001     USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES (OCT 2018)

    C-211-H018     APPROVAL BY THE GOVERNMENT (NAVSEA) (JAN 2019)

    C-223-H003     EXCLUSION OF MERCURY (NAVSEA) (MAR 2019)

    C-223-H004     MANAGEMENT AND DISPOSAL OF HAZARDOUS WASTE (NAVSEA) (MAR 2019)

    C-223-N002     RESTRICTIONS ON USE OF YELLOW MATERIAL (NAVSEA) (OCT 2018)

    C-247-H001     PERMITS AND RESPONSIBILITIES (NAVSEA) (DEC 2018)

    D-247-H002     PACKAGING OF SUPPLIES—BASIC (NAVSEA) (OCT 2018)

    D-247-W001    PROHIBITED PACKINGS MATERIALS (NAVSEA) (OCT 2018)

    E-246-H016     INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (OCT 2018)

    G-232-H002     PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE (NAVSEA) (JUN 2018)

    G-232-H004     GOVERNMENT PURCHASE CARD METHOD OF PAY (NAVSEA) (OCT 2018)

    G-232-H005     SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019)

    G-242-H001     GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018)

    G-242-H002     HOURS OF OPERATION AND HOLIDAY SCHEDULE (NAVSEA) (OCT 2018)

    H-209-H003     REQUIRED DISCLOSURE OF ORGANIZATIONAL CONFLICT OF INTEREST (NAVSEA) (NOV 2022)

    H-223-N001     INFORMATION ON EXPOSURE TO HAZARDOUS MATERIAL (NAVSEA) (JAN 2019)

    52.212-1 Instructions to Offerors--Commercial Items

    I. GENERAL

    In addition to FAR 52.212-1, “Instructions to Offerors – Commercial Items” and any other instructions

    contained elsewhere in this solicitation, the following information is provided:

    Objections to any of the terms and conditions of the RFQ will constitute a deficiency which will make the offer unacceptable.

    IMPORTANT NOTES:

    1. Vendors shall respond to all requirements of the solicitation document. Vendors are cautioned not to alter the solicitation.
    2. Initial quotes and any modifications thereto are to be submitted to the Contracting Office on or before the closing dated time cited elsewhere in this Request for Quote.
    3. Responses should be submitted via email only
    4. Please review all specifications carefully.

    II. CONTENT OF QUOTE

    • RFQ pricing and information pages completed by the vendor.
    • Technical Submission to include:
      • Submission of technical information demonstrating compliance with the specifications, including, but not limited to:
        • Technical submission shall include the Manufacturer Name and Model Number of the specific unit(s) being proposed. The Government will only evaluate those specifically identified unit(s).
        • Brochures pertaining to the pieces of equipment being quoted, to include, but not limited to: pictures of the equipment, and technical specifications of the equipment including model/series unit demonstrating compliance with the PWS and specifications. These should be readily identified by the item ID number.
        • The details of any/all exceptions taken to the specification.

    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 hereto. An objection to any of the terms and conditions of the solicitation will constitute a deficiency which will make the offer unacceptable. Potential contractors will be screened for contractor responsibility in accordance with

    FAR Subpart 9.1.

    52.212-2, Evaluation - Commercial Items is applicable to this procurement.

    The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The contract will be awarded to the vendor with the Lowest Price Technically Acceptable. Quotes will be evaluated based on the following criteria:

    - Technical Acceptability (Must meet specifications and document capabilities)

    - Adherence to Schedule (Award may be made based on delivery and ability to meet the requested schedule)

    - Price (Lowest Price Technically Acceptable, after adherence to other factors)

    Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items.

    Technical:

    Please provide documentation demonstrating your capabilities in fulfilling the SOW.

    Technical Evaluation Ratings

    Rating

    Description

    Acceptable

    Submission clearly meets the minimum requirements of the solicitation

    Unacceptable

    Submission does not clearly meet the minimum requirements of the solicitation

    If the technical submittal is determined “Unacceptable”, it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as “Unacceptable” and will no longer be considered for further competition or award.

    Schedule:

    Please confirm availability for requested period of performance. If your company is unavailable for the requested period, please provide earliest available start. Please provide your best and fastest schedule. Award may be made to the vendor who can provide the soonest execution.

    Price:

    The Price will be evaluated as Lowest Price Technically Acceptable, however, the Contracting Officer reserves the right to award based on ability to meet the required schedule.

    (End of Combined Synopsis/Solicitation)

    Key dates

    1. August 26, 2025Posted Date
    2. September 5, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    N3904025Q4924- BRAND NAME MANDATORY- FEDERAL SIGNAL WALL MOUNT 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.