Active Solicitation · DEPT OF DEFENSE

    N5523626Q0062-USS CHUNG HOON (DDG-93), CIS SAFETY NETS

    Sol. N5523626Q0062SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)SAN DIEGO, CA
    Open · 1d remaining
    DAYS TO CLOSE
    1
    closes Apr 24, 2026
    POSTED
    Apr 10, 2026
    Publication date
    NAICS CODE
    811420
    Primary industry classification
    PSC CODE
    J999
    Product & service classification

    AI Summary

    This opportunity is a Request for Quotation (RFQ) for the provision of labor, services, equipment, and materials to install nylon trunk safety nets on the USS CHUNG HOON (DDG-93). It is a Total Small Business Set-Aside under NAICS 811420, with a performance period from May 4 to May 18, 2026.

    Contract details

    Solicitation No.
    N5523626Q0062
    Notice Type
    Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    April 10, 2026
    Response Deadline
    April 24, 2026
    NAICS Code
    811420AI guide
    PSC / Class Code
    J999
    Primary Contact
    Esther Cing
    State
    CA
    ZIP Code
    92136-5205
    AI Product/Service
    service

    Description

    This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Part 12. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

    Request for Quotation (RFQ) N5523626Q0062 is issued as a Total Small Business Set-Aside under NAICS 811420 – Re-upholstery and Furniture Repair. Large businesses are ineligible for award under this NAICS.

    DESCRIPTION: The requirement is to provide labor, services, equipment, and materials for the removal, manufacture, pre-fit, weight test and install of nylon trunk safety nets to include new safety hooks onboard USS CHUNG HOON (DDG-93) in accordance with the attached Statements of Work (SOW).

    The Period of Performance is 04 May 2026 – 18 May 2026

     CLAUSES INCORPORATED BY REFERENCE

    52.203-19        Prohibition on Requiring Certain Internal Confidentiality JAN 2017

                            Agreements or Statements     

    52.204-7          System for Award Management NOV 2024

    52.204-9          Personal Identity Verification of Contractor Personnel JAN 2011

    52.204-13        System for Award Management Maintenance OCT 2018

    52.204-15        Service Contract Reporting Requirements for Indefinite- OCT 2016

                            Delivery Contracts     

    52.204-19        Incorporation by Reference of Representations and    DEC 2014

                            Certifications.

    52.204-26        Covered Telecommunications Equipment or Services-- OCT 2020

                            Representation.          

    52.204-27        Prohibition on a ByteDance Covered Application JUN 2023

    52.209-10        Prohibition on Contracting With Inverted Domestic         NOV 2015

                            Corporations  

    52.209-11        Representation by Corporations Regarding Delinquent Tax           FEB 2016

                            Liability or a Felony Conviction under any Federal Law   

    52.211-5          Material Requirements AUG 2000

    52.219-6          Notice Of Total Small Business Set-Aside NOV 2020

    52.219-28        Postaward Small Business Program Representation JAN 2025

    52.226-7          Drug-Free Workplace MAY 2024

    52.226-8          Encouraging Contractor Policies To Ban Text Messaging MAY 2024

                            While Driving

    52.228-5          Insurance - Work On A Government Installation JAN 1997

    52.232-39        Unenforceability of Unauthorized Obligations JUN 2013

    52.233-1          Disputes          MAY 2014

    52.237-2          Protection Of Government Buildings, Equipment, And Vegetation APR 1984

    52.243-1          Changes--Fixed Price AUG 1987

    52.249-1          Termination For Convenience Of The Government (Fixed Price) (Short Form)                                APR 1984

    52.249-8          Default (Fixed-Price Supply & Service) APR 1984

    252.203-7000  Requirements Relating to Compensation of Former DoD SEP 2011

                            Officials         

    252.203-7002  Requirement to Inform Employees of Whistleblower Rights DEC 2022

    252.204-7000  Disclosure Of Information      OCT 2016

    252.204-7003  Control Of Government Personnel Work Product APR 1992

    252.204-7008  Compliance With Safeguarding Covered Defense Information

                            Controls OCT 2016

    252.204-7009  Limitations on the Use or Disclosure of Third-Party    

                            Contractor Reported Cyber Incident Information  JAN 2023

    252.204-7012  Safeguarding Covered Defense Information and Cyber

                            Incident Reporting MAY 2024

    252.204-7012  Safeguarding Covered Defense Information and Cyber       

                            Incident Reporting MAY 2024

    252.204-7015  Notice of Authorized Disclosure of Information for Litigation     

                            Support JAN 2023     

    252.204-7019  Notice of NIST SP 800-171 DoD Assessment Requirements NOV 2023

    252.204-7020  NIST SP 800-171 DoD Assessment Requirements  NOV 2023

    252.204-7022  Expediting Contract Closeout MAY 2021

    252.204-7024  Notice on the Use of the Supplier Performance Risk System MAR 2023

    252.215-7013  Supplies and Services Provided by Nontraditional Defense           Contractors JAN 2023           

    252.217-7028  Over And Above Work DEC 1991

    252.223-7006  Prohibition On Storage, Treatment, and Disposal of Toxic or

                            Hazardous Materials   SEP 2014

    252.223-7008  Prohibition of Hexavalent Chromium JAN 2023

    252.225-7001  Buy American and Balance of Payments Program FEB 2024

    252.225-7002  Qualifying Country Sources As Subcontractors MAR 2022

    252.225-7013  Duty-Free Entry AUG 2025

    252.225-7048  Export-Controlled Items JUN 2013

    252.232-7010  Levies on Contract Payments DEC 2006

    252.243-7001  Pricing Of Contract Modifications DEC 1991

    252.244-7000  Subcontracts for Commercial Products or Commercial Services NOV 2023      

    252.246-7003  Notification of Potential Safety Issues JAN 2023

    252.246-7004  Safety of Facilities, Infrastructure, and Equipment for Military Operations

    OCT 2010      

    52.212-1 Instructions to Offerors – Commercial Products and Commercial Services. Offerors must comply with all instructions contained herein.

    SHIP CHECK SUMMARY IS AS FOLLOWS (Please note that the government will not pay for any extra effort expended for the ship inspection):
    Ship Check Dates/Times: 15 April 2026 at 0900 AM
    Location USS CHUNG HOON (DDG-93), Pier 10, NAVAL BASE SAN DIEGO

    Ship Check POC:
    Primary – Vincent Bunggay, vincent.b.bunggay.civ@us.navy.mil, 619-726-1247
    Secondary – David Huntington, david.a.huntington3.civ@us.navy.mil, 619-571-4979

    Requests for Clarification.

    Offerors may submit written questions during the quote preparation period by emailing the Request for Specification Clarification Form. All questions must be received no later than 20 April 2026, 4:00 PM (Pacific) to allow adequate time to prepare and issue responses to all offerors prior to the date and time set for receipt of quotes. Only written questions will receive a response. All questions and quotes shall be directed to:

    Southwest Regional Maintenance Center (SWRMC) – C410A Procurement

    Email: Cite the solicitation number in the subject line - N5523626Q0062

    Email Addresses: Esther Cing, esther.c.cing.civ@us.navy.mil and Dayen Lagunas, dayen.lagunas.civ@us.navy.mil.

    Submission of Quote.

    To be considered for award, the Offeror shall submit a complete quote package consisting of the following:

    1. Completed Itemized Pricing Worksheet (Itemized Pricing 0001–0003)
    2. Cover Letter or Email which includes all technical documentation, as specified below in Factor 2-Technical Acceptability.

    QUOTES must be received by the destination inbox no later than 24 April 2026 at 1100 AM (Pacific). Late quotes will not be considered.

    Please submit your quote via e-mail to Esther Cing, esther.c.cing.civ@us.navy.mil (primary) and Dayen Lagunas, dayen.lagunas.civ@us.navy.mil (secondary).

    52.212-2 Evaluation—Commercial Products and Commercial Services.

    The Government intends to award a Firm Fix Price contract to the offeror whose quote is determined to provide the greatest overall value to the Government, considering price, technical acceptability, and past performance.

    Evaluation Factors:

    Factor 1 – Price:

    Price will be evaluated based on the total combined price, for reasonableness in accordance with FAR 12.203. Award will be made to the offeror providing the Lowest Price Technically Acceptable (LPTA). The Offeror must provide:

    1. Completed Itemized Pricing Worksheet with all required fields completed.
    2. Total evaluated price shall be the sum of Itemized Pricing 0001–0003.

    Factor 2 – Technical Acceptability:

    Technical Acceptability will be evaluated on an Acceptable/Unacceptable basis. To be rated Acceptable, the Offeror must provide:

    1. Cover Letter or Email with the following information
      1. Confirmation of an approved Quality Management System (QMS) per NAVSEA Standard Item 009-04.
      2. Confirmation of DBIDS registration/authorization.
      3. CAGE code and UEI.
      4. Identification of one lead individual who will coordinate all aspects of performance (name, title, phone, email).
      5. Written statement confirming ability to meet the required delivery date.
      6. Written statement confirming capability and resources to perform the work described in the SOW.

    Factor 3 – Past Performance:

    The Government will evaluate the past performance of each offeror using the Supplier Performance Risk System (SPRS). DFARS provision 252.204-7024 Notice on the Use of the Supplier Performance Risk System in Past Performance Evaluations is hereby incorporated by reference. Offerors are encouraged to provide listing(s) of similar work performed within the past three (3) years, including scope, magnitude, and complexity.

    Failure to submit required documentation may render the quote technically unacceptable.

    Key dates

    1. April 10, 2026Posted Date
    2. April 24, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    N5523626Q0062-USS CHUNG HOON (DDG-93), CIS SAFETY NETS 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.