Closed Solicitation · DEPT OF DEFENSE

    VERTICAL LIFELINE

    Sol. N6660425Q0609Combined Synopsis/SolicitationNEWPORT, RI
    Closed
    STATUS
    Closed
    closed Sep 16, 2025
    POSTED
    Sep 11, 2025
    Publication date
    NAICS CODE
    811310
    Primary industry classification
    PSC CODE
    J049
    Product & service classification

    AI Summary

    The Department of the Navy is soliciting quotes for the inspection and certification of a fall protection device on a communications tower at Joint Expeditionary Base Little Creek, Virginia. This RFQ is unrestricted and requires a site visit for accurate measurements. Quotes are due by 11:00 a.m. EST on September 16, 2025.

    Contract details

    Solicitation No.
    N6660425Q0609
    Notice Type
    Combined Synopsis/Solicitation
    Posted Date
    September 11, 2025
    Response Deadline
    September 16, 2025
    NAICS Code
    811310AI guide
    PSC / Class Code
    J049
    Issuing Office
    NUWC DIV NEWPORT
    Primary Contact
    Jennifer Vatousiou
    State
    RI
    ZIP Code
    02841-1703
    AI Product/Service
    service

    Description

    This is a combined synopsis and solicitation for commercial items prepared in accordance with format in FAR Subpart 12.6 – Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and quotes are being requested. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days.

    Request for Quotation (RFQ) number is N6660425Q0609. This requirement is being solicited as unrestricted. The North American Industry Classification System (NAICS) code for this acquisition is 811310.  The Small Business Size Standard is $12.5 Million. The Product Supply Code (PSC) is J049.

    CLIN 0001     The facility located at Joint Expeditionary Base Little Creek (JEBLC), Fort Story Virginia maintains a 110-foot communications tower made by Sabre Industries circa 2012. The tower is equipped with a fall protection device (DBI Sala) which requires replacement. The tower (supporting structure) also requires inspection and certification to ensure safe and proper anchorage for the fall protection device according to the attached Statement of Work (SOW).

    A Site visit will be mandatory to gather the information and sizing needed, the Government does not own any drawings.  Please contact the below Government Technical Point of Contact (GTPOC) to schedule site visit before the close of the RFQ on 16 September 2025:

    Shipboard Electronics Systems Evaluation Facility (SESEF) 

    JEB Little Creek - Fort Story 

    Bldg. 102 Old Cape Henry Rd.

    Virginia Beach, VA 23459

    Michael T. Kein

    Michael.t.kein.civ@us.navy.mil     

    Phone: (757) 425-1094 x5134

    Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase, on a Firm Fixed Price (FFP) basis, according to the attached SOW.  Required delivery is F.O.B. Destination, Fort Story, Virginia Beach, VA 23459.

    Offeror shall complete and submit Federal Acquisition Regulations (FAR) Provision 52.204-24 ‘Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment’ (AUG 2020), which is included as an attachment to the solicitation or be certified in Certs and Reps on SAM.

    F.O.B. Destination, Newport, RI 02841-1708. The Offeror shall include shipping charges, if applicable and separately priced, and specify best delivery lead times in its quote.

    Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following provisions and clauses apply to this solicitation:

    FAR 52.204-23, “Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab.”;

    FAR 52.204-25, “Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment”;

    FAR 52.209-10, “Prohibition on Contracting with Inverted Domestic Corporations.”;

    FAR 52.209-11, “Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law.”;

    FAR 52.212-1, “Instructions to Offerors – Commercial Items.”;

    FAR 52.212-2, “Evaluation – Commercial Items.”;

    FAR 52.212-3 (ALT 1), “Offeror Representations and Certifications – Commercial Items.”;

    FAR 52.212-4, “Contract Terms and Conditions – Commercial Items.";

    FAR 52.212-5, “Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items.”;

    DFARS 252.204-7008, “Compliance with Safeguarding Covered Defense Information Controls.”;

    DFARS 252.204-7009, “Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.”;

    DFARS 252.204-7015, “Notice of Authorized Disclosure of Information for Litigation Support.”;

    DFARS 252.204-7019, “NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS”;

    DFARS 252.204-7020, “NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS”;

    DFARS 252.213-7000, “Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.”

    DFARS 252.215-7013, “Supplies and Services Provided by Nontraditional Defense Contractors.”;

    DFARS 252.225-7031, “Secondary Arab Boycott of Israel.”;

    DFARS 252.246-7008, “Sources of Electronic Parts.”;

    Additional terms and conditions:

    In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government’s unit acquisition cost is $5,000.00 or more. If UID applies, payment will be via Wide Area Workflow (WAWF). If UID does not apply, and if there are no surcharges, the Government’s preferred payment method is via credit card.

    Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/.

    Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM) prior to award. Instructions for registration are available on the website.

    The Government intends to award a single FFP Purchase Order to the eligible and responsible offeror on a Lowest Price, Technically Acceptable basis.

    In order to be determined technically acceptable the offeror shall:

    1. Visit the site for final meansurements in order to quote.
    2. Meet all requirements in SOW

    Offerors shall be advised that if after award the items delivered are determined not to be in new condition and/or are determined to be delivered from outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re- procurement costs.

    Offers must be emailed directly to Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil. Offers must be received no later than 11:00 a.m. (EST) on Tuesday, 16 September 2025. Offers received after this date and time may not be considered for award. For information on this acquisition, contact Jennifer Vatousiou at the email listed above.

    This is a combined synopsis and solicitation for commercial items prepared in accordance with format in FAR Subpart 12.6 – Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and quotes are being requested. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days.

    Request for Quotation (RFQ) number is N6660425Q0609. This requirement is being solicited as unrestricted. The North American Industry Classification System (NAICS) code for this acquisition is 811310.  The Small Business Size Standard is $12.5 Million. The Product Supply Code (PSC) is J049.

    CLIN 0001     The facility located at Joint Expeditionary Base Little Creek (JEBLC), Fort Story Virginia maintains a 110-foot communications tower made by Sabre Industries circa 2012. The tower is equipped with a fall protection device (DBI Sala) which requires replacement. The tower (supporting structure) also requires inspection and certification to ensure safe and proper anchorage for the fall protection device according to the attached Statement of Work (SOW).

    A Site visit will be mandatory to gather the information and sizing needed, the Government does not own any drawings.  Please contact the below Government Technical Point of Contact (GTPOC) to schedule site visit before the close of the RFQ on 16 September 2025:

    Shipboard Electronics Systems Evaluation Facility (SESEF) 

    JEB Little Creek - Fort Story 

    Bldg. 102 Old Cape Henry Rd.

    Virginia Beach, VA 23459

    Michael T. Kein

    Michael.t.kein.civ@us.navy.mil     

    Phone: (757) 425-1094 x5134

    Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase, on a Firm Fixed Price (FFP) basis, according to the attached SOW.  Required delivery is F.O.B. Destination, Fort Story, Virginia Beach, VA 23459.

    Offeror shall complete and submit Federal Acquisition Regulations (FAR) Provision 52.204-24 ‘Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment’ (AUG 2020), which is included as an attachment to the solicitation or be certified in Certs and Reps on SAM.

    F.O.B. Destination, Newport, RI 02841-1708. The Offeror shall include shipping charges, if applicable and separately priced, and specify best delivery lead times in its quote.

    Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following provisions and clauses apply to this solicitation:

    FAR 52.204-23, “Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab.”;

    FAR 52.204-25, “Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment”;

    FAR 52.209-10, “Prohibition on Contracting with Inverted Domestic Corporations.”;

    FAR 52.209-11, “Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law.”;

    FAR 52.212-1, “Instructions to Offerors – Commercial Items.”;

    FAR 52.212-2, “Evaluation – Commercial Items.”;

    FAR 52.212-3 (ALT 1), “Offeror Representations and Certifications – Commercial Items.”;

    FAR 52.212-4, “Contract Terms and Conditions – Commercial Items.";

    FAR 52.212-5, “Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items.”;

    DFARS 252.204-7008, “Compliance with Safeguarding Covered Defense Information Controls.”;

    DFARS 252.204-7009, “Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.”;

    DFARS 252.204-7015, “Notice of Authorized Disclosure of Information for Litigation Support.”;

    DFARS 252.204-7019, “NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS”;

    DFARS 252.204-7020, “NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS”;

    DFARS 252.213-7000, “Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.”

    DFARS 252.215-7013, “Supplies and Services Provided by Nontraditional Defense Contractors.”;

    DFARS 252.225-7031, “Secondary Arab Boycott of Israel.”;

    DFARS 252.246-7008, “Sources of Electronic Parts.”;

    Additional terms and conditions:

    In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government’s unit acquisition cost is $5,000.00 or more. If UID applies, payment will be via Wide Area Workflow (WAWF). If UID does not apply, and if there are no surcharges, the Government’s preferred payment method is via credit card.

    Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/.

    Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM) prior to award. Instructions for registration are available on the website.

    The Government intends to award a single FFP Purchase Order to the eligible and responsible offeror on a Lowest Price, Technically Acceptable basis.

    In order to be determined technically acceptable the offeror shall:

    1. Visit the site for final meansurements in order to quote.
    2. Meet all requirements in SOW

    Offerors shall be advised that if after award the items delivered are determined not to be in new condition and/or are determined to be delivered from outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re- procurement costs.

    Offers must be emailed directly to Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil. Offers must be received no later than 11:00 a.m. (EST) on Tuesday, 16 September 2025. Offers received after this date and time may not be considered for award. For information on this acquisition, contact Jennifer Vatousiou at the email listed above.

    Key dates

    1. September 11, 2025Posted Date
    2. September 16, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    VERTICAL LIFELINE 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.