Closed Solicitation · DEPT OF DEFENSE
AI Summary
The Department of Defense is soliciting quotes for pipe assembly under solicitation number N00244-25-Q-S134. This is a 100% Small Business Set-Aside opportunity, requiring delivery by September 30, 2025. Interested vendors must submit their quotes by 08:00 AM PST on September 8, 2025, to the designated Contract Specialist.
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SUPPLIES
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, “Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services,” as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; “quotations” are being requested, and a written solicitation document will not be issued.
The solicitation number N00244-25-Q-S134 and it is being issued as a Request for Quote (RFQ). RFQ N00244-25- Q-S134 shall be used to reference any written quote provided under this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03 published in the Federal Register on January 17, 2025. Small business joint venture offerors have to submit the joint venture representations at paragraph (c) of Federal Acquisition Regulation (FAR) solicitation provision 52.212- 3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, with each offer.
This is a 100% Small Business Set-Aside competition requirement. The North American Industry Classification System (NAICS) code for this project is 332996 with a size standard of 550 (# of employees).
All interested companies shall provide a quotation for the Pipe Assembly (P/N: 520-6508) in accordance with the Description of Requirements (DOR).
Required Delivery Date: 30 September 2025
Delivery Address:
3581 CUMMINGS ROAD
BLDG 3581 SAN DIEGO, CA 92136
M/F USS ANCHORAGE LPD 23
SUPPLY OFFICER
Delivery shall be FOB Destination
Addenda to provision 52.212-1 are included herein. The provision 52.212-2 is applicable and specific evaluation criteria included in paragraph (a) of the provision. Award shall be made to the quoter, whose quotation, is evaluated as the lowest priced technically acceptable. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor “meeting or exceeding the requirement listed in the Statement of Work (2) Past Performance and (3) Price. Offerors shall include a completed copy of provision 52.213-3 and its Alternate I with its quote. The clause 52.212-4 is applicable. The clause 52.212-5 is applicable and properly indicated with which FAR provisions and clauses are applicable to this procurement.
Additional Contract requirements:
NOTE 1: Failure to provide all services listed in the DOR will result in rejection of quotation. The vendor must be able to meet all of these requirements and must submit a quote that identifies and shows they can meet all of these requirements. Otherwise, the quote will be rejected and the vendor will not be considered for award.
NOTE 2: Failure to meet the Evaluation Criteria will result in rejection of quotation. NOTE 3: NO partial bids allowed.
NOTE 4: The method of payment for this procurement shall be GPC. Defense Priorities and Allocations System (DPAS) and assigned rating: N/A
This combined synopsis/solicitation will close at 08:00 AM (PST) on 08 September 2025. Submit vendor quote to the Contract Specialist, Ms. Jennifer Stevens, via email to the address jennifer.k.stevens7.civ@us.navy.mil and stating - SOLICITATION N00244-25-Q-S134 Pipe Assembly.
Questions on this solicitation shall be submitted to the Contract Specialist via email. The Government will attempt to answer all questions in timely manner and will be made available publicly. However, question(s) submitted near the solicitation closing date may not provide sufficient time for the Government to respond. Therefore, offerors are hereby directed to submit question(s) no later than 08:00 AM (PST) on 05 February 2025. QUESTIONS AND CONCERNS REGARDING THIS SOLICITATION HAVE TO BE SUBMITTED VIA EMAIL. ANSWERS FOR THIS SOLICITATION WILL ONLY BE RESPONDED VIA EMAIL.
52.212-2 EVALUATION--COMMERCIAL ITEMS (NOV 2021)
Factor I – Technical
Factor II – Past Performance
Factor III- Price
Offeror(s) is(are) required to include a completed copy of the provisions at 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and 52.212-3, Offeror Representations and Certifications - Commercial Items, with their quotation.
Addenda to provision 52.212-1 are included herein. The provision 52.212-2 is applicable and specific evaluation criteria included in paragraph (a) of the provision. Offerors shall include a completed copy of provision 52.213-3 and its Alternate I with its quote. The clause 52.212-4 is applicable. The clause 52.212-5 is applicable and properly indicated with which FAR provisions and clauses are applicable to this procurement. The following FAR/DFARS provisions and clauses apply to this solicitation and are incorporated by reference:
CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE
52.204-7
52.204-13
System for Award Management
System for Award Management Maintenance
NOV 2024
OCT 2018
52.204-16
Commercial and Government Entity Code Reporting
AUG 2020
52.204-18
Commercial and Government Entity Code Maintenance
AUG 2020
52.204-19
Incorporation by Reference of Representations and Certifications.
DEC 2014
52.212-4
Contract Terms and Conditions--Commercial Items
NOV 2023
52.232-39
Unenforceability of Unauthorized Obligations
JUN 2013
52.243-1
Changes-Fixed-Price
AUG 1987
52.246-1
Contractor Inspection Requirements
APR 1984
52.247-34
F.O.B. Destination
JAN 1991
52.249-1
Termination for Convenience of the Government (Fixed-Price) (Short
Form)
APR 1984
252.203-7000
Requirements Relating to Compensation of Former DoD Officials
SEP 2011
252.203-7002
Requirement to Inform Employees of Whistleblower Rights
DEC 2022
252.203-7005
Representation Relating to Compensation of Former DoD Officials
SEP 2022
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
252.204-7015
Notice of Authorized Disclosure of Information for Litigation Support
JAN 2023
252.204-7016
Covered Defense Telecommunications Equipment or Services--
Representation
DEC 2019
252.204-7017
Prohibition on the Acquisition of Covered Defense Telecommunications
Equipment or Services--Representation
MAY 2021
252.204-7018
Prohibition on the Acquisition of Covered Defense Telecommunications
Equipment or Services
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
252.211-7003
Item Unique Identification and Valuation
JAN 2023
252.215-7007
Notice of Intent to Resolicit
JUN 2012
252.223-7008
Prohibition of Hexavalent Chromium
JAN 2023
252.225-7012
Preference For Certain Domestic Commodities
APR 2022
252.225-7048
Export-Controlled Items
JUN 2013
252.232-7003
Electronic Submission of Payment Requests and Receiving Reports
DEC 2018
252.232-7010
Levies on Contract Payments
DEC 2006
252.243-7001
Pricing Of Contract Modifications
DEC 1991
252.244-7000
Subcontracts for Commercial Items
NOV 2023
252.247-7023
Transportation of Supplies by Sea
OCT 2024
CLAUSES INCORPORATED BY FULL TEXT
52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
The Offeror shall not 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 52.204-26, Covered Telecommunications Equipment or Services— Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Representations and Certifications- Commercial Products or Commercial Services. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it "does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services" in paragraph (c)(2) of the provision at 52.204-26, or in paragraph (v)(2)(ii) of the provision at 52.212-3.
Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the
clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
into any user data or packets that such equipment transmits or otherwise handles.
(2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to—
The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds "will" in paragraph (d)(1) of this section; and
It □ does, □ does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds "does" in paragraph (d)(2) of this section.
(2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded "does" in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer:
(End of provision)
ADDENDUM to FAR 52.212-1 Instructions to Offerors
Addendum to FAR 52.212-1(b), Submission of quotes. This paragraph is tailored as follows:
Provision at 52.212-1, Instructions to Offerors—Commercial, applies to this acquisition. Note below that an addenda to the provision 52.212-1(b) has been incorporated to solicitation N00244-25-Q-S134.
Introduction and Purpose: This section specifies the format that Quoter shall use in this RFQ. The intent is not to restrict the quoters in the manner in which they will perform their work but rather to ensure a certain degree of uniformity in the format of the responses for evaluation purposes.
The Government anticipates award of single Firm Fixed Price (FFP) contract resulting from this solicitation. All responses to solicitation N00244-25-Q-S134 identify the Quoter’s agreement with all terms, conditions, and provisions included in this solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation will be excluded from consideration.
Quotes shall be submitted to Jennifer Stevens at jennifer.k.stevens7.civ@us.navy.mil no later than 08:00 AM (PST) on 05 February 2025. Quoters shall submit their quotes via email only.
Each attachment shall contain the following items in addition to the other information required by this solicitation:
Quote: The quote shall indicate the following:
(Relevancy refers to “how similar this work is to what the RFQ asks for” and Recency refers to work performed within the past two years).
Quoters are advised to submit Quotes that are complete and clear in all respects without a need for additional explanation or information. Quoters are cautioned against general, vague, or insubstantial statements that prevent or render difficult the concise evaluation of the proposal. The proposal must be sufficient and complete to demonstrate how the Quoter proposes to comply with the contract requirements. Brochuremanship is not desired; clarity and completeness are essential. Quoters are cautioned against restating SOW requirements in their quote, particularly with regard to technical requirements and must state how all RFQ and SOW requirements will be met. Statement such as “the Quoter understands” and “the Quoter shall/can comply,” along with responses that paraphrase the RFQ, are inadequate. The use of phrases such as “standard practices” (with a specific Government reference or industry reference) does not indicate that a Quoter understands the requirements and will result in a unacceptable evaluation. Quoters are hereby notified that the Government may contact references submitted by Quoters in the Past Performance and may use information in Government files or from other sources to verify information provided in the Quoter's proposal.
52.212-2 EVALUATION--COMMERCIAL PRODUCTS AND COMMERICAL SERVICES (NOV 2021)
Factor I – Technical (Do Not Include Pricing Info) Factor II – Past Performance
Factor III - Price
The Government will make a single award to the responsible Offeror using a low price technically acceptable (LPTA) source selection. The Government intends to award on initial quotes but reserves the right to conduct discussions.
(End of provision)
If three (3) or fewer quotes are received, the Government will evaluate all quotes for technical acceptability. If more than three (3) quotes are received, the Government will then evaluate the three (3) lowest priced quotes for Technical Acceptability. However, the Government reserves the right to evaluate additional quotes for technical acceptability. When the agency determines that none of the initial three (3) lowest priced quotes are qualified as acceptable, the Government may evaluate additional quotes for technical acceptability. If additional quotes are evaluated, they will be evaluated in the order of increasing total evaluated price. The agency will reject and not consider for award any quote found technically unacceptable and ineligible for award under the terms of this RFQ.
Best Value will be based on a Lowest Price Technically Acceptable (LPTA) approach. For this solicitation, best value means a single purchase order shall be made to the responsible contractor whose quote is technically acceptable and quotes the lowest total evaluated price. The following three (3) factors shall be used to evaluate quote(s):
TECHNICAL APPROACH will be assessed by evaluating the vendor’s Technical Capability Submission. Technical Approach
The Quoter’s Technical Capability, which represents the minimum technically acceptable criteria, is listed below:
1. A quote that addresses ALL of the required items and technical support listed on the DOR. NOTE: If the contractor fails to address in their quote submission any of the above, they will be deemed unacceptable and will not be further considered for award
The term “technical,” as used herein, refers to non-cost factors other than past performance. The purpose of the Technical Capability factor is to assess whether the Quoter’s proposal will satisfy the Government’s requirements. The Technical Evaluation Team shall evaluate the Quoter’s submission against these requirements to determine whether the proposal is acceptable or unacceptable, using the ratings and descriptions outlined in Table M-1.
TABLE M-1
TECHNICAL RATING
Overall Rating
Description
Acceptable
Quote clearly meets the minimum requirements of the RFQ.
Unacceptable
Quote does not clearly meet the minimum requirements of the RFQ.
PAST PERFORMANCE
Offeror’s past performance information will be used to make a determination of whether the offeror has a satisfactory record of past performance. Offerors should, therefore, provide performance history and references to demonstrate satisfactory performance of similar contracts performed within the past two years. Relevant work refers to “how similar this work is to what the RFQ asks for” and Recency refers to work performed within the past two years.
Past Performance information shall be completed as follows:
3 relevant and recent past performance references (Relevancy refers to “how similar this work is to what the RFQ asks for” and Recency refers to work performed within the past two years).
Information on problems encountered on each identified contract and the Offeror’s corrective action
In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)
(2) (iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, “unknown” shall be considered “acceptable.”
Past Performance Evaluation Ratings
Rating
Description
Acceptable
Based on the offeror’s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror’s performance record is unknown. (See note
below).
Unacceptable
Based on the offeror’s performance record, the Government has no
reasonable expectation that the offeror will be able to successfully perform the required effort.
PRICE
Quoter shall provide sufficiently detailed information to ensure a fair and reasonable determination of the proposed quote. Price will be evaluated in accordance with FAR part 13.
The Quoter shall provide a single summary quote that supports the total amount of the deliverables listed in the SOW. Pricing shall be firm-fixed pricing.
(End of provision)
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2025)
10 U.S.C. 3801).
U.S.C. 3805 note)).
(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021) (41 U.S.C. 4704 and 10 U.S.C. 4655).
(2) 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) (41 U.S.C. 3509)).
(3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)
(4) 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) ( 41 U.S.C. 4712); this clause does not apply to contracts of DoD, NASA, the Coast Guard, or applicable elements of the intelligence community—see FAR 3.900(a).
_X_ (5) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109- 282) ( 31 U.S.C. 6101 note).
(6) [Reserved].
(7) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).
(8) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).
_X_ (9) 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328).
(10) 52.204-28, Federal Acquisition Supply Chain Security Act Orders—Federal Supply Schedules, Governmentwide Acquisition Contracts, and Multi-Agency Contracts. (Dec 2023) ( Pub. L. 115–390, title II).
(11) (i) 52.204-30, Federal Acquisition Supply Chain Security Act Orders—Prohibition. (Dec 2023) ( Pub. L. 115–390, title II).
(ii) Alternate I (Dec 2023) of 52.204-30.
_X_ (12) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Jan 2025) ( 31 U.S.C. 6101 note).
(13) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) ( 41 U.S.C. 2313).
(14) [Reserved]
(15) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Oct 2022) ( 15 U.S.C. 657a).
(16) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2022) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).
(17) [Reserved]
_X_ (18) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C. 644).
(ii) Alternate I (Mar 2020) of 52.219-6.
(19) (i) 52.219-7, Notice of Partial Small Business Set-Aside (Nov 2020) (15 U.S.C. 644).
(ii) Alternate I (Mar 2020) of 52.219-7.
(20) 52.219-8, Utilization of Small Business Concerns (Jan 2025) (15 U.S.C. 637(d)(2) and (3)).
(21) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2025) (15 U.S.C. 637(d)(4)).
(ii) Alternate I (Nov 2016) of 52.219-9.
(iii) Alternate II (Nov 2016) of 52.219-9.
(iv) Alternate III (Jun 2020) of 52.219-9.
(v) Alternate IV (Jan 2025) of 52.219-9.
(22) (i) 52.219-13, Notice of Set-Aside of Orders (Mar 2020) (15 U.S.C. 644(r)).
(ii) Alternate I (Mar 2020) of 52.219-13.
_X_ (23) 52.219-14, Limitations on Subcontracting (Oct 2022) (15 U.S.C. 657s).
(24) 52.219-16, Liquidated Damages—Subcontracting Plan (Sep 2021) (15 U.S.C. 637(d)(4)(F)(i)).
(25) 52.219-27, Notice of Set-Aside for, or Sole-Source Award to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program (Feb 2024) (15 U.S.C. 657f).
_X_ (26) (i) 52.219-28, Postaward Small Business Program Rerepresentation (Jan 2025) (15 U.S.C. 632(a)(2)).
(ii) Alternate I (Mar 2020) of 52.219-28.
(27) 52.219-29, Notice of Set-Aside for, or Sole-Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Oct 2022) (15 U.S.C. 637(m)).
(28) 52.219-30, Notice of Set-Aside for, or Sole-Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Oct 2022) (15 U.S.C. 637(m)).
(29) 52.219-32, Orders Issued Directly Under Small Business Reserves (Mar 2020) ( 15 U.S.C. 644(r)).
(30) 52.219-33, Nonmanufacturer Rule (Sep 2021) ( 15 U.S.C. 637(a)(17)).
_X_ (31) 52.222-3, Convict Labor (Jun 2003) (E.O.11755).
_X_ (32) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2025)(E.O. 13126).
_X_ (33) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
_X_ (34) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246).
(ii) Alternate I (Feb 1999) of 52.222-26.
(35) (i) 52.222-35, Equal Opportunity for Veterans (Jun 2020) ( 38 U.S.C. 4212).
(ii) Alternate I (Jul 2014) of 52.222-35.
_X_ (36) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) ( 29 U.S.C. 793).
(ii) Alternate I (Jul 2014) of 52.222-36.
(37) 52.222-37, Employment Reports on Veterans (Jun 2020) ( 38 U.S.C. 4212).
(38) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).
_X_ (39) (i) 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627).
(ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).
(40) 52.222-54, Employment Eligibility Verification (Jan 2025) (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial products or commercial services as prescribed in FAR 22.1803.)
(41) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (May 2008) ( 42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)
(ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)
(42) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (May 2024) ( 42 U.S.C. 7671, et seq.).
(43) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (May 2024) ( 42 U.S.C. 7671, et seq.).
(44) 52.223-20, Aerosols (May 2024) ( 42 U.S.C. 7671, et seq.).
(45) 52.223-21, Foams (May 2024) ( 42 U.S.C. 7671, et seq.).
(46) 52.223-23, Sustainable Products and Services (May 2024) ( E.O. 14057, 7 U.S.C. 8102, 42 U.S.C. 6962, 42 U.S.C. 8259b, and 42 U.S.C. 7671l).
(47) (i) 52.224-3 Privacy Training (Jan 2017) ( 5 U.S.C. 552 a).
(ii) Alternate I (Jan 2017) of 52.224-3.
X (48) (i) 52.225-1, Buy American-Supplies (Oct 2022) (41 U.S.C. chapter 83).
(ii) Alternate I (Oct 2022) of 52.225-1.
(49) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (NOV 2023) ( 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, 19 U.S.C. chapter 29 (sections 4501-4732), Public
Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.
(ii) Alternate I [Reserved].
(iii) Alternate II (Dec 2022) of 52.225-3.
(iv) Alternate III (Feb 2024) of 52.225-3.
(v) Alternate IV (Oct 2022) of 52.225-3.
(50) 52.225-5, Trade Agreements (NOV 2023) ( 19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).
_X_ (51) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
(52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. Subtitle A, Part V, Subpart G Note).
(53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).
(54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).
_X_ (55) 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) ( E.O. 13513).
(56) 52.229-12, Tax on Certain Foreign Procurements (Feb 2021).
(57) 52.232-29, Terms for Financing of Purchases of Commercial Products and Commercial Services (Nov 2021) (41 U.S.C. 4505, 10 U.S.C. 3805).
(58) 52.232-30, Installment Payments for Commercial Products and Commercial Services (Nov 2021) (41 U.S.C. 4505, 10 U.S.C. 3805).
(59) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) ( 31 U.S.C. 3332).
(60) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332).
_X_ (61) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).
(62) 52.239-1, Privacy or Security Safeguards (Aug 1996) ( 5 U.S.C. 552a).
(63) 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (Nov 2024) (Sections 1821-1826, Pub. L. 118-31, 41 U.S.C. 3901 note prec.).
(64) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(13)).
(65) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) ( 46 U.S.C. 55305 and 10 U.S.C. 2631).
(ii) Alternate I (Apr 2003) of 52.247-64.
(iii) Alternate II (Nov 2021) of 52.247-64.
(1) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter67).
(2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C.
chapter 67).
(3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
(4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) ( 29U.S.C.206 and 41 U.S.C. chapter 67).
(5) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67).
(6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67).
(7) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022).
(8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706).
(9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42 U.S.C. 1792).
shall be as required by the clause-
(B) Alternate I (Dec 2023) of 52.204–30.
(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).
(B) Alternate I (Jan 2017) of 52.224-3.
(xxvi) 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (Nov 2024) (Sections 1821-1826, Pub. L. 118-31, 41 U.S.C. 3901 note prec.).
(xxvii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) ( 46 U.S.C. 55305 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
(2) While not required, the Contractor may include in its subcontracts for commercial products and commercial services a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of clause)
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or quote. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or quote. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
FAR Clauses: https://www.acquisition.gov/browse/index/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/
(End of provision)
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
FAR Clauses: https://www.acquisition.gov/browse/index/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/
(End of clause)
52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (NOV 2020)
regulation. (End of provision)
52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (NOV 2020)
(End of clause)
THE FOLLOWING NAVSUP LOCAL TEXT IS HEREBY MADE PART OF THE STATEMENT OF WORK/PERFORMANCE WORK STATEMENT/DESCRIPTION OF REQUIREMENTS.
NAVSUP FLC San Diego may utilize contractor support through the AbilityOne Program, as needed, to perform contract closeout functions for this acquisition. Information, including business sensitive/confidential or proprietary data, that the offeror provides to the Government or information already in the possession of the Government may be viewed and utilized by the AbilityOne Program support contractor personnel during the course of its contract performance. The information that may be made available to the support contractor may include, for example, pricing and technical proposals, historical contract, pricing and performance information, Commercial Asset Visibility (CAV) reporting information and similar data/information.
By submission of a proposal in response to this solicitation, the offeror and its subcontractors consent to a release of their business sensitive/confidential or proprietary data to the Government's AbilityOne Program support contractor personnel in order to perform close out services. Prior to the release of any such information to the support contractor, the support contractor will have in place with the Government a Non-Disclosure/Non-Use Agreement in accordance with the terms of the AbilityOne Program support contract.
Offerors may execute their own Non-Disclosure Agreement with the AbilityOne Program (AbilityOne contact information available from the contracting point of contact). The support contractor must provide copies of the executed agreements to the Contracting Officer and the Contracting Officer's Representative (COR) for the support contract; and the offeror/contractor for this acquisition must provide copies of the executed Agreement to the Contracting Officer for this acquisition. If the offeror/contractor seeks such a Non-Disclosure Agreement with the AbilityOne Program support contractor, the Agreement must be executed no later than the date of final delivery under the resulting NAVSUP FLC San Diego contract.
REVIEW OF AGENCY PROTESTS
The contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d).
Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision rendered by a contracting officer to the reviewing authority.
The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 3985 Cummings Road, San Diego, CA 92136-4200. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the "contracting officer" or "reviewing official".
Offerors should note this review of the Contracting Officer's decision will not extend GAO's timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action.
UNIT PRICES
Contractor unit prices, when incorporated into a Government contract, may be releasable under the Freedom of Information Act (FOIA) in the event NAVSUP FLCSD receives a FOIA request.
New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
No partial shipments are permitted unless specifically authorized at the time of award.
Notice to Vendor(s): The Government reserves the right to cancel this solicitation, either before or after the closing date of receipt of quotations. In the event the Government cancels this solicitation, the Government has no obligation to reimburse the vendor for any costs.
PIPE ASSEMBLY 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
AI-powered intelligence for the right opportunities, the right leads, and the right time.