Loading...
N0017426Q1052
Response Deadline
May 19, 2026, 5:00 PM(EDT)13 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
This is a combined synopsis/solicitation for commercial items/services prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland intends to award a firm fixed price (FFP) purchase order using Simplified Acquisition Procedures for: Tent./Seating solicitation will be Total Small Business. This announcement constitutes the only solicitation. Quotes are being requested under Request for Quotation (RFQ) no. N0017426Q1052. The NAICS code is 532310 and the business size standard is 600. The provisions and clauses included and/or incorporated in this solicitation document are those in effect through the Federal Acquisition Circular. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular FAC 2020-01 and the Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20190531.
REQUIREMENT.
NSWC IHD will need to rent the following items for a VIP Change of Command Ceremony.
Qty - 250 – White Garden Resin Folding Chairs – Free of any stains, dirt, damage.
Qty - 2 – 8ft Rectangular White Tables – Free of any stains, dirt, damage.
Qty- 1 – Tent large enough to cover a 50 x 50-foot space with Rain Side and weighted tie downs – Free of any stains, dirt, damage.
Qty - 1 – 8ft ADA Compliant Restroom Trailers with sinks, water and power source.
Qty - 1 – 12ft – 3 Stall Restroom Trailers with sinks, water and power source.
Contractor will be responsible for the delivery, set up/ install, breakdown and pick up of equipment. Delivery, set up/install will need to take place on Wednesday July 8, 2026, from the hours of 9am – 3pm.
Contractor will be responsible for the breakdown and pick up of all items on Monday July 13, 2026, from 9am-3pm.
The selected contractor shall perform an on-site visit at the government location within 5 calendar days after contract award to verify site conditions, access points and installation and setup requirements for the associated rental items. The contractor shall contact the technical point of contact within 2 business days after award to coordinate and schedule the site visit.
DELIVERY SCHEDULE / PERIOD OF PERFORMANCE (PoP)
The period of performance shall be July 8, 2026 – July 13, 2026. Contractor shall coordinate all arrangements with the Government no later than 10 days prior to start date.
The Contractor may be required to stop performance with no additional price or cost to the contract, when it is determined the contractor operation site does not comply with an applicable OSHA regulation and is a threat to the safety and health of on-site personnel and/or the public. Should unforeseen hazards become evident during the performance of the work, the contractor shall make a formal request to the Contracting Officer and COR, both verbally and in writing, to provide a resolution as soon as possible. In the interim, all necessary action shall be taken by the contractor to restore and maintain safe working conditions in order to safeguard on site-personnel, visitors, the public, and the environment.
The Government will award a contract resulting from this solicitation to the responsible vendor whose quote, conforming to the solicitation that will be most advantageous to the Government, price and other factors considered. The Government intends to evaluate all timely quotes received from eligible vendors on a lowest price technically acceptable (LPTA) basis. The Government intends to evaluate quotations and award a contract without discussions with quoters. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.
Evaluation Factors ( in order of importance)
Questions/clarification regarding this solicitation must be submitted via email to kim.t.hagens.civ@us.navy.mil and brandi.l.sorzano.civ@us.navy.mil by Thursday, May 14, 2026 NLT 12:00 PM. All responses will be provided by COB Friday, May 15, 2026.
Quote packages are due by Tuesday, May 19, 2026 NLT 1:00 PM. Late quotes will not be considered. Quote packages shall be sent to kim.t.hagens.civ@us.navy.mil by and contain a cover sheet that provides the following information:
1. Official Company Name;
2. Point of contact including name and phone number; and
3. DUNS number and Cage Code.
The Points of Contact for this acquisition is
Quotes that are received for this solicitation will be evaluated at the lowest price technically acceptable. Vendors should include a valid Cage Code on the quote and vendors should have an account in Wide Area Workflow (WAWF) for payment purposes.
Important Note:
* If you possess a GSA contract, please note your GSA contract number in your response.
Shipping- Destination vs Origin
In the event shipping is not included in the overall price, the Vendor should include all applicable shipping cost in its quote.
Quotes must be all-inclusive. If shipping is not included in the overall price, the Vendor is responsible for identifying and including all shipping costs in the quote.
Quotes must be all-inclusive. If shipping is not included in the overall price, the Vendor is responsible for identifying and including all shipping costs in the quote.
PCARD as a method of Payment:
Quotes that specify PCARD as a method of payment will not be accepted by the Government
"PCARD is not an acceptable method of payment for this requirement"
The Government will award a contract resulting from this solicitation to the vendor responsible whose quote, conforming to the solicitation that will be most advantageous to the Government, price and other factors considered. The Government intends to evaluate all timely quotes received from eligible vendors on a lowest price technically acceptable (LPTA) basis. The Government intends to evaluate quotations and award a contract without discussions with quoters. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.
Kim Hagens
DEPT OF DEFENSE
DEPT OF THE NAVY
NAVSEA
NAVSEA WARFARE CENTER
NSWC INDIAN HEAD DIVISION
NSWC INDIAN HEAD DIVISION
4219 SOUTH PATTERSON ROAD
INDIAN HEAD, MD, 20640-1533
NAICS
General Rental Centers
PSC
LEASE OR RENTAL OF EQUIPMENT- MISCELLANEOUS
Set-Aside
Total Small Business Set-Aside (FAR 19.5)