Loading...
N5523626Q0062
Response Deadline
Apr 24, 2026, 6:00 PM(PDT)14 days
Eligibility
Contract Type
Solicitation
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:
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:
Factor 2 – Technical Acceptability:
Technical Acceptability will be evaluated on an Acceptable/Unacceptable basis. To be rated Acceptable, the Offeror must provide:
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.
DEPT OF DEFENSE
DEPT OF THE NAVY
NAVSEA
REGIONAL MAINTENANCE CENTER
SOUTHWEST REGIONAL MAINT CENTER
SOUTHWEST REGIONAL MAINT CENTER
3755 BRINSER STREET SUITE 1
SAN DIEGO, CA, 92136-5205
NAICS
Reupholstery and Furniture Repair
PSC
NON-NUCLEAR SHIP REPAIR (WEST)
Set-Aside
Total Small Business Set-Aside (FAR 19.5)